SOURCES SOUGHT
Y -- P405 DESIGN-BID-BUILD, Range Improvements & Modernization, Phase 3, Marine Corps Recruit Depot, Parris Island, South Carolina
- Notice Date
- 12/4/2020 11:24:39 AM
- 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
- N4008521R2531
- Response Due
- 12/18/2020 11:00:00 AM
- Archive Date
- 01/02/2021
- Point of Contact
- Kristy Wright, Phone: 7573411644
- E-Mail Address
-
kristy.l.wright1@navy.mil
(kristy.l.wright1@navy.mil)
- Description
- SOURCES SOUGHT NOTICE FOR P405- DESIGN-BID-BUILD, Range Improvements & Modernization, Phase 3, Marine Corps Recruit Depot, Parris Island, South Carolina Notice Type: Sources Sought Solicitation No: N40085-21-R-2531 Response Date: 12/18/20 2:00 PM Eastern Time Classification Code: Y NAICS Code: 236220 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, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing P405, Design-Bid-Build, Range Improvements & Modernization, Phase 3, Marine Corps Recruit Depot Parris Island, South Carolina. This project constructs a new rifle range in the same location as the existing Chosin Range.� This range will meet applicable Marine Corps requirements for Known Distance (KD) ranges.� Range support buildings to be constructed include: target storage, ""Butts"" control house and toilet facilities.� All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. Select portions of the buildings will be below grade. Target area berm, retaining walls, safety side walls will be constructed.� Side walls with acoustic insulation will also be included.� Earth berm structures include a behind the target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces.� Built-in equipment will include Butt System benches, Butt System Target numbers, Butt system target lifters, Flag poles, and firing line benches.� The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 -- Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The contract 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 by August 2021. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form that provides information on your company, including type of business and bonding, 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) and up to a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. ����������� A relevant project is further defined as: ����������� Size: Project must have a $20,000,000 Construction Cost or greater.� ����������� Similar Complexity: New construction or renovation of an outdoor government or military range with related support facilities to include target storage buildings, bathrooms. ����������� Complexity: Experience with impact berm construction, stabilization, and experience installing �� pile supported walls. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Protege, you must indicate the percentage of work to be performed by the protege. A copy of the SBA letter stating that your 8(a) Mentor-Protege 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.� 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 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 Kristy Wright via email at kristy.l.wright1@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 NLT 18 DECEMBER 2020 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dec24a03d4d74f2e85bc18ddad45af83/view)
- Place of Performance
- Address: Parris Island, SC, USA
- Country: USA
- Record
- SN05867308-F 20201206/201204230142 (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 |