SOURCES SOUGHT
Y -- P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
- Notice Date
- 3/27/2025 1:30:18 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
- N4008525R2639
- Response Due
- 4/11/2025 11:00:00 AM
- Archive Date
- 04/26/2025
- Point of Contact
- CATHARINE Keeling, Phone: 7573410150
- E-Mail Address
-
catharine.a.keeling@navy.mil
(catharine.a.keeling@navy.mil)
- Description
- SOURCES SOUGHT FOR DESIGN BID-BUILD, P-222: MQ-25 AIRCRAFT LAYDOWN FACILITIES, NAVAL STATION NORFOLK, NORFOLK, VIRGINIA 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 P-222: MQ-25 Aircraft Laydown Facilities Naval Station Norfolk, Norfolk, Virginia. 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. No drawings or specifications will be made available at this time. 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 be prepared in one package, under one contract. P-222: MQ-25 Aircraft Laydown Facilities Naval Station Norfolk, Norfolk, Virginia Adequate hangar space and support facilities for the MQ-25 program is required to enhance aircraft carrier nuclear propulsion (CVN) capability and versatility for the Joint Forces Commander through the integration of sea-based, aerial refueling and reconnaissance. COMACCLOGWING requires a hangar complex at NS Norfolk, Norfolk, Virginia to support MQ-25 squadron with an Initial Operational Capability (IOC). New hangar annex/additions will provide efficiencies and operational advantages that are consistent with DoN aviation goals. Base Bid: Site preparation includes utility demolition and relocation, excavation cut and fill and grading. The site is an area of manmade land and releases of contaminants to the soil and groundwater as a result of historical airfield and industrial operations. Special foundation features include deep foundation system with piles. Paving and site improvements include storm water management Low Impact Development (LID) facilities and items, security fence relocation and expansion with lockable pedestrian gates, vehicular circulation areas, parking restriping, expanded security fencing, site cleanup and landscaping. Environmental Mitigation includes sampling, staging, and offsite disposal of contaminated soil, treatment (including sampling, licensed operator, and treatment system) of contaminated groundwater and runoff during dewatering activities, disposal of groundwater treatment media, and disposal of AFFF concentrate/solution contained within the existing fire protection system of Building LP48. Electrical utilities include underground electrical and communications distribution, transformer, exterior lighting, site security electrical and communications infrastructure to new support facilities. Mechanical utilities include sanitary sewer lines with storm drainage systems, natural gas service, potable water supply lines and fire protection systems. Electrical, communications, airfield electronics, and mechanical utilities will require relocation at project sites. Any abandoned sanitary sewer or water lines should be capped and backfilled with flowable fill where required. Mechanical utilities include sanitary sewer lines with storm drainage systems, natural gas service, potable water supply lines and fire protection systems. Electrical, communications, airfield electronics, and mechanical utilities will require relocation at project sites. Any abandoned sanitary sewer or water lines should be capped and backfilled with flowable fill where required. Facilities will be designed to meet or exceed the useful service life specified on DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. In accordance with DFARS 236.204(iii), the magnitude of construction for this project is between $100,000,000 and $250,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. The anticipated award of this contract is November 2025. 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. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. 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. The following information shall be provided: 1. Contractor Information: Provide your firm�s contact information including Unique Entity Identifier (UEI) and CAGE Code. 2. Type of Business: Identify whether your firm is a Large or a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. 3. Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. 4. Construction Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. With the exception of 13 CFR 125.2(g) below, experience of proposed subcontractors will not be considered. Furthermore, the Offeror�s experience as a subcontractor will not be considered. For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. A relevant project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. 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: A final construction cost of $50,000,000 or greater. Scope: New construction of a two-story or greater commercial, industrial, or institutional building. Complexity: Relevant projects shall cumulatively demonstrate experience with five of the nine requirements as shown below: Fire protection systems HVAC systems High Bay Construction Civil Work Telecommunications Deep foundations piles, structural support slabs, and design of structures with excessive soil settlement (weak and compressible soils) Aircraft Hangar doors Structural/Steel frame Environmental mitigation Note: Each project does not have to demonstrate experience with each element of complexity, but instead projects submitted as a whole shall collectively demonstrate experience with five of the nine elements of complexity. Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope/complexity and completed within the specified time period. For purposes of evaluating capability, the �Offeror� is defined as the prime contractor that demonstrates experience on relevant projects that meet size, scope and complexity. In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. 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 11 April 2025 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Catharine Keeling at catharine.a.keeling.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. Questions or comments regarding this notice may be addressed by email to catharine.a.keeling.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/32653918a4fa4bb988943d96575b6e28/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN07389643-F 20250329/250327230054 (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 |