Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOURCES SOUGHT

Y -- Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily in the Hampton Roads Area of Responsibility, Virginia

Notice Date
9/8/2020 4:30:37 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0153
 
Response Due
9/15/2020 11:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
HOLLY SNOW, Phone: 7573411046, Sidnia Finke
 
E-Mail Address
HOLLY.SNOW@NAVY.MIL, sidnia.finke@navy.mil
(HOLLY.SNOW@NAVY.MIL, sidnia.finke@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily in the Hampton Roads Area of Responsibility, Virginia. This contract(s) will require the ability to manage multiple task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. This MACC will be solicited with a seed project.� The seed project for this MACC is the P1035 Corrosion Control and Paint Facility that will be located at Naval Station Norfolk. The project will provide a three-bay hangar facility in support of depot level Planned Maintenance Interval requirements for the MH-60R/MH-60S and V-22 aircraft. This single-story building will consist of 52,384 total gross square feet. The high bays consist of a Plastic Media Blasting (PMB) Bay, a Paint Bay, and a Wash Rack Bay. The Paint Bay and the Wash Rack Bay will serve both series of aircraft, and the PMB Bay will only serve the MH-60 aircraft series. Each bay is supported by several ancillary spaces, either directly accessible or adjacent to the bay itself. In accordance with FAR 36.204 and DFARS 236.204, the magnitude of construction for P1035 is between $25,000,000 and $100,000,000. No more than six (6) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $950,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $15,000,000 to $100,000,000; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $100,000,000 and an aggregate bonding capacity of $250,000,000. The appropriate North American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. If the requirement is advertised as a small business set-aside, then the resulting solicitation/contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC. A relevant project is further defined as: Size: A final construction cost of $15,000,000 or greater. At least one (1) project must have a final construction cost of $50,000,000 or greater. Scope/Complexity: Individual projects shall demonstrate experience with at least one of the following: New building construction of a building(s). Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures. Note: Projects submitted that only include horizontal or civil site work will not be considered relevant. Additionally, submitted relevant projects shall demonstrate the following characteristics: Offerors shall have acted as the prime contractor on submitted projects. Offeror�s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract. Experience with both new construction (at least 1 one project) and renovation (at least one project). Experience with design-build (at least 1 project). Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 15 September 2020 at 2:00 PM Eastern Daylight Saving Time. LATE SUBMISSIONS MAY NOT BE ACCEPTED. The package shall be sent via electronic mail Holly Snow at holly.snow@navy.mil. Attachments are limited to a total of 5MB.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/944c6de5460c427bbe4b17d516de0b5d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05790357-F 20200910/200908230157 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.