Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2023 SAM #7744
SOLICITATION NOTICE

Z -- PRESOLICITATION NOTICE FOR DESIGN BID BUILD (DBB) BQ455 PERMANENT PARTY REPAIRS, SUBMARINE BASE NEW LONDON, GROTON, CONNECTICUT

Notice Date
2/7/2023 5:03:15 AM
 
Notice Type
Presolicitation
 
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
N4008523R2530
 
Archive Date
03/07/2023
 
Point of Contact
Kristy Wright
 
E-Mail Address
kristy.l.wright12.civ@us.navy.mil
(kristy.l.wright12.civ@us.navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract action for performing construction services for BQ455 (CI56, Poor) Permanent Party Repairs, Naval Submarine Base New London, Groton, Connecticut. PROJECT DESCRIPTION: The project includes renovation and repairs to Permanent Bachelor Quarters (BQ455) on the NAVSUBASE New London, CT Campus. Building 455, is an approximately 78,000 GSF building built originally in 1978 and renovated in 1999. It is comprised of a rectangular five story tower with public access at the 1/3 Point and egress stair towers at opposite ends of the structure. The building will be unoccupied during construction. The project shall be constructed so that safe access is maintained to surrounding buildings, roads and parking and impacts to utilities are minimized. The Bachelor Quarters 455 repairs and renovations shall include the following: Reconfiguration of and repairs and new finishes to all (100) berthing units. Renovation and repairs to lobby areas, corridors, offices and ancillary spaces including new finishes. Relocation of existing Laundry facilities within the structure. Removal and disposal of existing furniture. Repairs and upgrades to mechanical, electrical, fire protection, fire alarm and plumbing systems and fixtures. Removal and disposal of an existing elevator (1), the modernization of one elevator (1) and providing a new elevator; hoistway and elevator (1), including the construction of a new interior lobby and new external hoistway. Mold removal and remediation. Removal of hazardous materials as they relate to the renovation. The completed time for this contract is 745 calendar days after award. The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation.� This solicitation is being advertised as ""Unrestricted"" for full and open competition. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� Large business concerns are required to submit a subcontracting plan prior to award of the contract. 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 $45,000,000.� In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. This office anticipates award of a contract for these services by JULY 2023. The Sources Sought Notice was published to SAM.gov on 26 OCTOBER 2022 with a response due date of 09 NOVEMBER 2022. The intent of the Sources Sought Notice was to seek eligible Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Businesses to determine the opportunity for a set-aside.� The Government invited contractors with the relevant experience necessary to meet or exceed the stated requirements to submit a capabilities package, to include the Sources Sought Contractor Information Form, and the Sources Sought Project Data Form, demonstrating the ability to perform the requested services. Five (5) responses were received.� Based on the market research conducted for this procurement, there is not a reasonable expectation that two or more capable small businesses will propose on this requirement.� Successful award and completion of the requirements can be achieved by soliciting this contract as full and open competition, as stated in the DD2579, Small Business Coordination Record.� The NAVFAC Atlantic Deputy Associate Director for Small Business concurred with the recommendation on 12 DECEMBER 2022.� On 14 DECEMBER 2022, the Small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579. The Request for Proposal (RFP) will be issued on or about 21 FEBRUARY 2023.� All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites.� The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov.� Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Kristy Wright at kristy.l.wright12.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d869d33a84f348968e3376d9e7172ceb/view)
 
Place of Performance
Address: Groton, CT, USA
Country: USA
 
Record
SN06584538-F 20230209/230207230108 (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.