SOURCES SOUGHT
Z -- Design-Bid-Build (DBB) Perimeter Security Improvements, Portsmouth Naval Shipyard, NCTS Cutler, Maine
- Notice Date
- 11/3/2021 6:58:34 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2537
- Response Due
- 11/18/2021 12:00:00 PM
- Archive Date
- 12/03/2021
- Point of Contact
- John Bishop, Phone: 7573411979
- E-Mail Address
-
john.p.bishop23.civ@us.navy.mil
(john.p.bishop23.civ@us.navy.mil)
- Description
- SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD (DBB) PERIMETER SECURITY IMPROVEMENTS, PORTSMOUTH NAVAL SHIPYARD (PNSY), NCTS CUTLER, MAINE Notice Type: Sources Sought Solicitation No: N400852R2537 Date: 3 November 2021 Response Date: �18 November 2021 Classification Code: Z-Repairs of Structures and Facilities NAICS Code: 237990 Other Heavy and Civil Engineering Construction Small Business Size Standard: $39.5M Magnitude of Construction:� $25,000,000 to $100,000,000 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 Perimeter Security Improvements, Portsmouth Naval Shipyard (PNSY), NCTS Cutler, Maine � This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. This project includes an entry control facility (ECF) that includes an entry control point fence, a guard and truck inspection office, a main entry canopy, a Pass and Identification office and a restricted area security fence. The entry control point fence includes a chain link security fence and a sliding gate. The guard and truck inspection office is constructed of metal stud walls with cementitious siding and an exposed steel canopy structure. The single lane main entry canopy will be used for identification checks, and is comprised of concrete structural elements and an exposed steel canopy structure. The guard and truck inspection office will be attached to the main entry canopy. Building #129, the existing one-story security building, will be renovated and enlarged to provide required components to support security personnel functions and the pass and identification office. The project also constructs a security fence around the restricted area, which comprises the entire peninsula. 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 October 2021. � 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 to the RFP.� Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this RFP.� For the purposes of this evaluation, a relevant project is further defined as: Size:� A final construction cost of $15 million dollars or greater. Scope:� Construction or repair of commercial facilities as well as controlled access facilities. Complexity:� Each submitted project does not require demonstrated experience with all of the following elements, but collectively, experience with all elements must be established throughout the submitted relevant projects. Repair or replacement of force protection fencing. Modification or construction of commercial buildings including supporting utilities. Repair or construction relating to force protection controlling vehicle access. Construction or repair of roadways. Waterfront Construction 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.bishop23.civ@us.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 Thursday, 18 November 2021 at 15:00 EDT. �LATE RESPONSES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e527003d878147b6bc1e328b88262718/view)
- Place of Performance
- Address: ME, USA
- Country: USA
- Country: USA
- Record
- SN06170354-F 20211105/211103230114 (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 |