Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2023 SAM #8045
SOURCES SOUGHT

Y -- P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA

Notice Date
12/5/2023 1:58:26 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2512
 
Response Due
12/20/2023 11:00:00 AM
 
Archive Date
01/23/2024
 
Point of Contact
Demetrice Jenkins, Phone: 7573411973
 
E-Mail Address
demetrice.jenkins2.civ@us.navy.mil
(demetrice.jenkins2.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency�s requirements exist.� The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond.� Upon review of industry responses 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. General Work Requirements: The project will include the design/construction of a new, two-story, 60,000 SF operations support facility building.� It includes demolition of two buildings totaling approximately 37,900 SF.� The facility will support a variety of functions including operations support, operational gear storage, applied instruction, and a secure annex. Construction consists of a steel frame building with a pile foundation, and a built-up roof.� The project includes all pertinent site preparations and site improvements, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, irrigation, drainage, parking and exterior lighting.� In accordance with DFARS 236.204 (ii), 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. The anticipated award of this contract is April 2024. The appropriate NAICS code for this procurement is 236220 Commercial and Institutional Building Construction, and the small business size standard is $45M. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached).� These forms are required.� Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement.� For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/.� Responses must include identification and verification of the firm�s small business status. Construction Experience: Submit a minimum of three (3) and up to a maximum for five (5) relevant construction projects for the Offeror that best demonstrate your experience as a prime contractor on relevant projects that are similar in Size, Scope, and Complexity. Recent is defined as having been 100% completed within the last seven (7) years prior to the sources sought submission due date.� A relevant project is further defined as: Size:� Final construction cost of $30,000,000.00. Scope/Complexity: Projects shall demonstrate experience with requirements as shown below: New Construction of a steel framed commercial or institutional building (minimum 2-story) (e.g. administrative, warehouse), that includes site work and utilities. Building demolition experience (minimum of 20,000 SF building) Note: Each project does not have to demonstrate experience with each element of scope/complexity, but instead shall collectively demonstrate experience with all elements of scope/complexity. Note:� Experience of proposed subcontractors will not be considered.� The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions.� The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Responses are due on Wednesday, 20 December 2023 by 2:00PM local time.�The submission package shall ONLY be submitted electronically to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil and MUST be limited to a 4MB attachment.� You are encouraged to request a �read receipt.�� Responses received after the deadline or without the required information will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fede2ee51d8e4e98ad53d0ebd5e037b1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06903496-F 20231207/231205230053 (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.