Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2020 SAM #6916
SOURCES SOUGHT

Y -- P197 DB Aircraft Maintenance Hangar, MCAS Cherry Point, NC

Notice Date
11/3/2020 12:28:51 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
N4008521R2516
 
Response Due
11/10/2020 12:00:00 PM
 
Archive Date
11/25/2020
 
Point of Contact
John Bishop, Phone: 7573411979
 
E-Mail Address
john.p.bishop1@navy.mil
(john.p.bishop1@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P197 Aircraft Maintenance Hangar, Marine Corps Air Station Cherry Point, North Carolina. This project constructs a two story low rise two squadron module Type 1 maintenance hangar for the F-35B Lightning II aircraft including a high bay space, crew and equipment space, and administrative space. The building will be concrete masonry unit (CMU) on a pile supported reinforced concrete slab-on-grade foundation with structural steel framing, steel roof trusses and pre-finished insulated metal roof. Special construction features include 400Hz and 270v DC power, aircraft maintenance work stations, hanger work station kiosks, alarm systems, communication connections at aircraft parking locations, seismic construction, hazardous material storage areas, explosive material storage areas, sound attenuation, and vaults. Project includes taxiway remarking and the renovation to existing aircraft parking aprons in order to provide electrical grounding, work station kiosks and sun shades. The hangar administrative space includes a special access program facility (SAPF) area for secured handling/storage of classified material/components up to top secret classification and pilot brief and debrief rooms. Other primary facilities include an aircraft parking apron and cybersecurity features. Parking facilities for approximately 1,700 vehicles will be provided. Facility-related control systems include cybersecurity features in accordance with current Department of Defense criteria. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with the DoD Minimum Anti-Terrorism Standards for Buildings. User generated unit costs were used for this project and include the cost of features to meet the minimum DoD AT/FP standards. Built-in equipment includes a compressed air system, personnel/freight elevator (hangar), personnel/freight elevator (parking facility), overhead bridge cranes (5-ton), high pressure cooling air system, underwing fire suppression system, and emergency lighting/power. Special costs include Post Construction Contract Award Services (PCAS), Post Award Design Services (PADS), and cybersecurity commissioning. The cybersecurity commissioning cost is to cover the contractor's submittals, administrative actions and compliance with the Department of Navy's (DON) cybersecurity requirements as well as DON's in-house costs to review contractor submittals and to implement steps necessary for obtaining Authority to Operate. In addition, this item includes the cost for geospatial surveys and mapping, mechanical acceptance, and third party commissioning. Operations and Maintenance Support Information (OMSI) is included in this project. DOD and DON principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Site preparations include stormwater infiltration chambers, cut/disposal costs, and site grading. Special foundation features include pilings. Paving and site improvements include a new traffic signal, aircraft washrack/hazmat areas, stormwater BMP, and asphalt pavement. AT/FP features outside include security enhancements/access control elements for personnel and equipment access between the installation and the more secure flightline/hangar area. These flightline security upgrades will address Space & Naval Warfare Systems Command (SPAWARS) flightline access control requirements for vehicle access and turn-stiles. Security enhancements for each of the flightline facilities include a pedestrian gate and a vehicle gate, and cameras in the duty room, the second floor security office, and the air maintenance office. This project also includes approximately 275 meters (m) of chain link fencing approximately 2.4m high. Electrical utilities include electrical distribution and communication distribution. Mechanical utilities include water distribution and valves, sanitary distribution, storm drainage, natural gas connection, oil water separator, and an industrial waste storage tank. Environmental mitigation includes mitigation of contaminated soil and contaminated groundwater at the site. Demolition includes demo of Bldg 1670 (875.65 m2), Bldg 1699 (919.65 m2), Bldg 4157 (203.02 m2), Bldg 4158 (48.87 m2), and Bldg 4159 (56.67 m2). Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. The 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.� This office anticipates award of a contract for these services in December 2018. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: A final construction cost of $150 million dollars or greater. Scope: New construction of an aircraft maintenance hangar. Complexity: Each project submitted does not require demonstrated experience with all of the following components, but collectively, they must demonstrate experience with all elements: a) Experience with construction of a parking garage b) Experience with sequencing and/or phasing requirements Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It 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 issuance of an award. 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 synopsis. 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. The package shall be submitted electronically to John Bishop via email at john.p.bishop1@navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Tuesday, 10 November 2020 at 15:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f0ef6ad5497347a9af4ccc808bf7b965/view)
 
Place of Performance
Address: NC, USA
Country: USA
 
Record
SN05845185-F 20201105/201103230144 (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.