Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOURCES SOUGHT

99 -- Sources Sought for Specialized Design and Construction of a Secure Electromagnetic Research Facility (SERF)

Notice Date
9/12/2025 5:23:39 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008025SP402
 
Response Due
9/26/2025 11:00:00 AM
 
Archive Date
10/11/2025
 
Point of Contact
Molly Lawson, Phone: 2027165845, Holly Snow, Phone: 2029079813
 
E-Mail Address
molly.e.lawson.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil
(molly.e.lawson.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This SSN is in support of market research and procurement planning being conducted by the Naval Facilities Engineering Systems Command (NAVFAC), Washington, DC. This notice does NOT constitute a request for proposal, quote, and/or invitation for bid. This SSN is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued. The Government assumes NO financial responsibility for any costs incurred. The availability of a solicitation package is not guaranteed. However, should a requirement materialize, no basis for claims against NAVFAC Washington shall arise from responses to this Sources Sought Notice (SSN) or NAVFAC Washington�s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement. LOCATION: Contracting Office Address: 1314 Harwood Street, SE Bldg. 212 Washington Navy Yard, DC 20374-5018 OBJECTIVE: The intent of this SSN is to determine if there are contracting firms capable of providing specialized design and construction services to produce a Secure Electromagnetic Research Facility (SERF) in Dahlgren, Virginia. This project will primarily include ground-up construction of a state-of-the art facility that will provide the U.S. Navy with a new means of testing future radio frequency (RF) equipment for deployment to the fleet. DESCRIPTION: The facility design shall incorporate a steel superstructure with insulated metal panel exterior membrane, standing seam metal roof, and concrete deck floors and slab. The building components shall also include a foundation and mechanical, electrical, and informational systems appropriate for the supported command and design to meet applicable Unified Facilities Criteria (UFC). This test facility shall include the following rooms: a high-bay, indoor anechoic chamber, a control room, material lift, shop rooms, passageways, restrooms, and the dynamic/static instrumentation walls. The utility rooms shall include the following: chamber electrical, telecommunications, electrical, mechanical, and the fire pump room. The facility will be occupied by less than 10 people for design purposes. The Government would like to highlight the following key elements and specialized requirements for this facility: An anechoic chamber with Radio Frequency (RF) shielding system, RF shielded access doors, and RF absorber material. A clean agent fire protection system controlled by a Very Early Smoke Detection Apparatus (VESDA) system Inclusion of long spans of column-free floor space A determination by the Government to not compete this requirement, for the specific items listed below, based on the responses to this notice is solely within the discretion of the Government. Reference FAR 6.302-1(c), ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements - Application for brand name descriptions."" ATTACHMENTS: Attachment A: Contractor Information Form Attachment B: Project Data Sheet Attachment C: Draft Partial Specifications Attachment D: Identified Vendor List INSTRUCTIONS: Interested parties, at a minimum, shall supply all of the below required information in a Capability Package. The Capability Package shall not exceed 5 pages and shall be submitted electronically to Molly Lawson at molly.e.lawson.civ@us.navy.mil and Holly Snow at holly.r.snow.civ@us.navy.mil. The submission MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN FRIDAY SEPTEMBER 26, 2025 AT 14:00 EDT. LATE RESPONSES WILL NOT BE CONSIDERED. 1. CONTACT INFORMATION: Fill out and return Attachment A � Contractor Information Form with your response. 2. TECHNICAL & PAST PERFORMANCE INFORMATION: a. Provide a capability narrative (not-to-exceed two pages) relevant to meeting the project objective. b. Using Attachment B, provide (not more than 5) specific examples of similar work completed. Specifically, highlight whether the work is new construction or renovation, and the strategies and/or experience with the identified key elements and specialized requirements. 3. QUESTIONS / COMMENTS: Submit questions or comments on the Specification, Delivery method, or other related inquiries. The Government does not intend to provide response. Attachment C includes a general overview of the (DRAFT) specifications for this project. NAVFAC Washington is currently in the planning stages for this procurement and may continue to modify the language within the requirement, as necessary. These specification details do not necessarily represent the final specifications. Attachment D includes firms that have been identified through prior government acquisitions as having relevant experience performing similar work. This list is provided for market research purposes only and does not imply preference, endorsement, or exclusion. If your firm possesses comparable qualifications and experience, you are highly encouraged to respond with capability information for consideration. 4. ADDITIONAL REQUIREMENT DETAILS: Responses should be no more than 8 total pages (Contractor Information Form, Project Data Form, and Narrative Capability Statement) Please do not send a quote. Please do not send general company information or information on products that are not specific to the listed specifications or requirement. Hardcopy or facsimile submissions shall not be accepted. FAR PROVISION(S): FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research, information and procurement planning. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7d28a999358445d09336e5d862ded3b9/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN07589653-F 20250914/250912230047 (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.