SOURCES SOUGHT
Z -- DB B-350 Slab & Roof Repairs @ BIC Project, Jacksonville, FL
- Notice Date
- 7/1/2020 11:42:09 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945020R(B350)
- Response Due
- 7/10/2020 1:30:00 PM
- Archive Date
- 07/10/2020
- Point of Contact
- Christopher J. Grubbe, Contracting Officer, Phone: 9046963799, Fax: 9042703520
- E-Mail Address
-
christopher.grubbe@navy.mil
(christopher.grubbe@navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. �NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. �No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.� The Naval Facilities Engineering Command Southeast (NAVFAC SE), Public Works Department (PWD), Naval Station Mayport (NS Mayport) is seeking qualified and interested U.S. Small Business Administration (SBA) certified 8(a) parties with current relevant qualifications, experience, personnel, and capability to perform Design Build (DB) construction activities to perform the following work: Project Description: The general intent is for the contractor to perform Design-Build (DB) construction activities to Building 350 (B-350), Combat Vehicle Maintenance Shop, Marine Corps Support Facility Blount Island - Jacksonville, FL.� The D/B construction activities shall include the design and construction, demolition, structural repairs, interior repairs, and miscellaneous alterations to include all incidental related work to repair portions of B-350. The scope of work for this project includes but not limited to repair/replace areas of concrete slab, repair the existing concrete at columns, repair roof, replace/repair sheet metal flashing, repair/replace skylights, remove & replace roof propeller exhaust fans due to corrosion caused by dissimilar metals, demolition and disposal of dismantled/razed materials, seal the perimeter of the building, and pour new concrete block-outs where they are currently missing.� Completion of the project will require contractor to perform work in multiple phases while B-350 � Combat Vehicle Maintenance Shop is fully operational on a daily basis. This project will comply with local, state, and federal environmental regulations. Areas affected by repair will be in compliance with applicable ATFP, Fire Suppression, Seismic, Accessibility, ASHRAE, and LEED codes and standards (as applicable) upon the completion of this project. B-350 Background:� B-350 at MCSF-BIC Jacksonville, FL was constructed in phases, the exterior shell of the building was erected and completed in 1979, and the concrete floor were completed in 1994 and 1995.� B-350 consists of Three Hundred Twenty-One Thousand Three Hundred Sixty-Six (321,366) square feet under roof. The performance period for this contract will be an estimated between twelve and eighteen months from contract award. The magnitude of construction is between $1,000,000.00 and $5,000.000.00.� The North American Industry Classification System (NAICS) Code for this solicitation is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $39.5 million (M). Interested 8(a) sources are invited to respond to this sources sought announcement. The government is only seeking a one (1) to four (4) page response. The information which must be contained in your response is as follows: 1. Provide company information to include name, address, phone number, POC, POC email address, Cage Code and DUNS number. 2. All 8(a) firms shall be required to provide proof of SBA certification. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 3. Responders shall provide a minimum of two (2) to a maximum of three (3) projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of specific capabilities listed below: Demonstrate Prime Contractor experience providing design build construction activities; must have been completed within the last five years, have a value between $1,000,000.00 and $5,000,000.00; and were similar size, scope and complexity to the proposed DB Building 350 Slab and Roof Repairs @ Blount Island Project. Demonstrate Prime Contractor experience constructing in an active working building site without interfering with the day to day operations that was self-performed; must have been completed within the last five years, have a value between $1,000,000.00 and $5,000,000.00; and were similar in size, scope and complexity to the proposed DB Building 350 Slab and Roof Repairs @ Blount Island Project. Demonstrate Prime Contractor experience in multiple phased construction that was self-performed; must have been completed within the last five years, have a value between $1,000,000.00 and $5,000,000.00; and were similar size, scope and complexity to the proposed DB Building 350 Slab and Roof Repairs @ Blount Island Project. Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project.� Projects may demonstrate more than one of the capabilities above, but you must provide a minimum of two projects that meet the stated requirements for each of the three categories. For clarification purposes, two projects from each of the three categories are required to demonstrate competency. However, a project may be used that demonstrates competency in more than one area. Therefore, you may potentially submit only two projects total and meet the requirements providing both projects demonstrate design build construction activities, multiple phase construction, and airfield runway, vertical construction, and secure facility construction. However, it could take as many as six projects to meet the requirement if none of the above identified project capabilities overlap. 4. Bonding Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity per project, and the maximum aggregate bonding. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to move forward with a competitive 8(a) procurement or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement not later than 4:30 PM Eastern Daylight Savings Time (EDST) time Friday, July 10, 2020 after posting of this sources sought, via email to christopher.grubbe@navy.mil. The subject line of the email shall state: DB B-350 Slab & Roof Repairs @ BIC Project, Jacksonville, FL. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/22b56b95b4c64d12bcb88e8b558004a3/view)
- Place of Performance
- Address: Jacksonville, FL 32226, USA
- Zip Code: 32226
- Country: USA
- Zip Code: 32226
- Record
- SN05710517-F 20200703/200701230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |