Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2024 SAM #8394
SOURCES SOUGHT

99 -- Sources Sought for Project P 1458, Design Build, 2nd Radio Battalion BN Complex, Parachute and Supply Facilities, Camp Lejeune, NC

Notice Date
11/18/2024 7:28:50 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2523
 
Response Due
12/2/2024 11:00:00 AM
 
Archive Date
12/17/2024
 
Point of Contact
Scott Schulz, Phone: 7573410082
 
E-Mail Address
scott.c.schulz1@navy.mil
(scott.c.schulz1@navy.mil)
 
Description
Notice Type: Sources Sought Notice Solicitation No.: N4008525R2523 Response Date: 02 December 2024 Classification Code: Y1JZ, Construction of Miscellaneous Buildings NAICS Code: 236220, Commercial and Institutional Building Construction 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 (NAVFAC), 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 Project P 1458, Design Build, 2nd Radio Battalion BN Complex, Parachute and Supply Facilities, Camp Lejeune, NC as described below. This project will design and construct a Parachute Maintenance Facility with Paraloft, and a Supply Warehouse for the 2nd Radio Battalion at Camp Lejeune, North Carolina. Construction includes low-rise steel frames facilities with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors and standing seam metal roof. The Supply Warehouse includes administrative and support space, storage bays, secured storage, and shipping/receiving area. The Parachute Maintenance Facility includes a parachute washing area with drying tower, administrative and support space, training area, sewing and fabrication room, and parachute packing and storage areas. Building Architecture should be Georgian or Colonial revival in classification as defined by the BEAP (Base Exterior Architecture Plan) for Hadnot Point commensurate with facility importance. Special construction features include premium for compliance with Base Exterior Architectural Plan. This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations, physical security mitigation in accordance with DOD Minimum Anti- Terrorism Standards for Buildings. Information systems will include basic telephone, computer network, fiber optic, security and fire alarm systems and infrastructure. Mechanical systems include heating, ventilation and air conditioning, water lines, plumbing and plumbing fixtures, fire protection systems and supply lines, sanitary sewer system, oil/water separators, and storm drainage piping & culverts. Built-in equipment includes storage racks, parachute-rigging system, parachute drying system, antenna support mast at roof, and fire pumps. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), 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. If the resulting solicitation is set aside for small businesses firms, it 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.� The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45,000,000. In accordance with DFAR 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. THIS SYNOPSIS 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. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, and Sources Sought Project Matrix, provided as attachments to this notice. All responses shall include the following: 1. Completed SOURCES SOUGHT � CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding. Note: If you are submitting as an 8(a) Mentor Prot�g�, please 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. 2. Completed SOURCES SOUGHT � PROJECT INFORMATION FORM AND SOURCES SOUGHT PROJECT MATRIX (form attached) 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: Projects with new construction of 10,000 SF or greater for covered structures, and a final construction cost of $5,000,000 or greater. Scope/ Complexity: Projects with new construction of multiple buildings. 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. This information shall ONLY be submitted electronically to Scott Schulz (scott.c.schulz.civ@us.navy.mil) and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. This notice 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 ultimate issuance of a solicitation. 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 notice. 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 RESPONSES ARE DUE NO LATER THAN 02 DECEMBER, 2024 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/feadf118fa3d4e73bab06d354997e801/view)
 
Place of Performance
Address: Camp Lejeune, NC, USA
Country: USA
 
Record
SN07268273-F 20241120/241118230108 (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.