Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2015 FBO #4869
SOURCES SOUGHT

Y -- P-334 Design-Build new construction of Operations Facility for Special Operations Forces (SOF) Logistics Support Unit 2 (LOGSU) at JEB Little Creek in Virginia Beach, Virginia

Notice Date
3/23/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008515R0026
 
Response Due
4/6/2015
 
Archive Date
4/21/2015
 
Point of Contact
Jeff Haycox, Contract Specialist
 
E-Mail Address
41-2074
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABE AT THIS TIME. Naval Facilities Engineering Command, Mid-Atlantic, Hampton Roads IPT is seeking eligible small businesses capable of performing requirements for P-334 Design-Build new construction of Operations Facility for Special Operations Forces (SOF) Logistics Support Unit 2 (LOGSU) at JEB Little Creek in Virginia Beach, Virginia. P-334 will construct a new one-story (30,138 SF) Logistics Supply Warehouse, one-story (25,521 SF) Armory, one-story (5,984 SF) Boat Storage Facility, renovate existing Buildings 3853 and 3855, and demolish existing Buildings 3805 and 3836. Logistics Supply Warehouse - The new, one-story 30,138 SF warehouse will be a pre-engineered metal building with a structural frame and ground floor slab supported by a deep foundation-system. The exterior enclosure of the warehouse will be pre-formed metal siding and a standing seam metal roof by the pre-engineered metal building manufacturer. Interior walls will be a combination of concrete masonry partitions in the heavy traffic areas of the warehouse, and gypsum board and metal stud partitions in office areas. Ceilings will be open in the warehouse areas and suspended acoustical panel ceilings in office areas. Flooring will be carpet tiles in office areas and sealed concrete in warehouse areas. Building systems will include but are not limited to DDC controls, fire protection, heating, ventilation, air-conditioning, plumbing, electrical power and lighting, emergency power and security. Building utility connections will include but are not limited to water, sanitary sewer, natural gas, electricity, telephone and communications. The warehouse portion of the building will be heated and ventilated and the remainder will be conditioned (heated, cooled, and ventilated) in accordance with UFC 3-410-01, Mechanical Engineering. Mechanical systems will be selected based on life-cycle cost analysis. Lighting, power, security and communications systems will be provided throughout. The building will be completely protected from fire with a sprinkler system and fire alarm system. Armory - The new Armory will be a one-story 25,521 GSF cast-in-place concrete structure designed to vault standards, with a brick veneer and metal panel exterior skin. Both the concrete structure and ground floor slab shall be supported by a deep foundation system. The exterior walls will be cavity wall construction with brick veneer, air space, and rigid insulation on 8 ť reinforced concrete. The roof will be modified bitumen roofing over insulation on 8 ť reinforced concrete. Interior partitions will be expanded metal cages for the arms cages. All other interior partitions shall be concrete or concrete masonry for durability. Ceilings will be open in the arms areas and suspended acoustical panels in office areas. Floors will be resilient tiles in office areas and exposed concrete in the cage areas. Building systems will include but are not limited to DDC controls, fire protection, heating, ventilation, air-conditioning, plumbing, electrical power and lighting, emergency power and security. Building utility connections will include but are not limited to water, sanitary sewer, natural gas, electricity, telephone and communications. The building will be completely heated, cooled, and ventilated in accordance with UFC 3-410-01, Mechanical Engineering and UFC 4-215-01, Armories and Arms Rooms (draft). Mechanical systems will be selected based on life-cycle cost analysis. Lighting, power, security and communications systems will be provided throughout. The building will be completely protected from fire with a sprinkler system and fire alarm system. The Logistics Supply Warehouse and Armory will be designed to achieve a LEED Silver Certification. Boat Storage Facility - The new Boat Storage Facility will be a 5,984 GSF pre-engineered metal building with a structural frame and ground floor slab supported by a deep foundation system. It will also include a 15,600 slab-on-grade for boat parking adjacent to the new pre-engineered structure. The exterior enclosure of the building will be pre-formed metal siding and a standing seam metal roof by the pre-engineered metal building manufacturer. Interior walls will be concrete masonry. Ceilings will be open throughout. Flooring will be sealed concrete throughout. Building systems will include but are not limited to DDC controls, fire protection, heating, ventilation, plumbing, electrical power and lighting, emergency power and security. Building utility connections will include but are not limited to water, sanitary sewer, natural gas, electricity, telephone and communications. The building will be heated and ventilated in accordance with UFC 3-410-01, Mechanical Engineering. Mechanical systems will be selected based on life-cycle cost analysis. Lighting, power, security and communications systems will be provided throughout. The building will be completely protected from fire with a sprinkler and fire alarm system. Building 3853 “ the renovation will be limited to remain under 50% of the replacement value of the facility, as will be required by the Scope of Work. The renovations include upgrades of the HVAC system, light fixture replacement throughout the facility, complete replacement of the communications system, and an expansion of the power as required for any new reconfigurations. Upgrades to the HVAC system shall include but is not limited to existing system survey, Pre-TAB, building load analysis, modification to ductwork to accommodate airflow modifications, relocation of diffusers, flushing of entire piping systems, TAB and replacement of Pneumatic control system with a DDC control system. Reconfigurations are to be limited to those required to accommodate the User, make the facility handicapped accessible, and as required for life-safety. A new elevator addition, provided as an option, shall be entirely supported by a deep foundation system. The Cage area will be reworked to accommodate the female population of the User. New finishes will be provided throughout as required, although existing finishes will remain where feasible. The existing sprinkler system will be renovated to include flushing of the existing piping, replacement of all sprinkler heads, and replacement of the riser. The fire alarm system will be replaced throughout. Exterior repairs will be limited to sanding and painting the metal siding and minor roof repairs, with an option to replace metal siding. Building 3855 “ the renovation will be limited to remain under 50% of the replacement value of the facility, as will be required by the Scope of Work. The renovations include upgrades of the HVAC system, light fixture replacement throughout the facility, expansion of the existing communications system, and an expansion of the power as required for any new reconfigurations. Upgrades to the HVAC system shall include but is not limited to existing system survey, Pre-TAB, building load analysis, modification to ductwork to accommodate airflow modifications, relocation of diffusers, flushing of entire piping systems, TAB and replacement of Pneumatic control system with a DDC control system. New finishes will be provided selectively as required. The existing sprinkler system will be renovated to include flushing of the existing piping, replacement of all sprinkler heads, and replacement of the riser. The fire alarm system will be replaced throughout. Exterior repairs will be limited to sanding and painting the metal siding and minor roof repairs, with an option to replace the roof. The Contractor shall provide studies for Seismic Evaluation of Existing Structure of Buildings 3853 and 3855. If the study determines that the building shall require alterations for seismic compliance to current standards, the alterations shall be negotiated as a modification to the construction contract, or shall be provided under a separate contract The Renovation of Buildings 3853 and 3855 will not be LEED certified, as the work to be performed on this facility does not exceed 50% of the replacement value of the facility. Sustainable concepts will be incorporated to the maximum extent practical. PROJECT SEQUENCING DESCRIPTION This project takes place in an existing complex that will remain functional throughout the duration of the project. Careful sequencing must be implemented in order to maintain all essential functions of the activity. The Sequence Items listed below are for a general understanding of work to be performed in sequential order. Sequence Item #001 “ Renovate Building 3855 and construct new Armory. Sequence Item #002a “ Demolish Buildings 3805 and 3836. Sequence Item #002b “ Renovate Building 3853 and construct new Boat Storage Facility. Sequence Item #003 “ Construct Logistics Supply Building (Warehouse). The estimated contract value is between $25,000,000 and $100,000,000. The anticipated award of this contract is November 2015. The NAICS code for this project is 236220. All Service-Disabled Veteran-Owned, certified HUBZone, certified 8(a), and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. If you are an 8(a) contractor, please submit your SBA certification letter. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition in lieu of Full and Open competition is in the Government ™s best interest. This 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 a brief Capabilities Statement Package (no more than five (5) pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIVE PAGE LIMIT WILL NOT BE CONSIDERED. Contractor Capability Packages shall include the following items: (1) Relevant experience shall include experience in self-performing efforts similar in value, size and scope to this project within the last five (5) years including contract number when applicable, contract value, Government/Agency point of contact with current telephone number, and a description of how the contract relates to P-334 as described herein. (2) Company Profile to include the following: a. Number of employees b. Office location(s) c. Available bonding capacity per contract d. DUNS number e. CAGE Code f. Small business designation/status claimed (3) If you are proposing as an 8(a) Mentor-ProtĂ©gĂ©, please indicate the percentage and type of work to be performed by the ProtĂ©gĂ©. The Capabilities Statement Package shall ONLY be submitted electronically to Jeff Haycox via email at jeffrey.haycox@navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a śread receipt ť or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Monday, April 6, 2015 at 2:00 PM (EDT). LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008515R0026/listing.html)
 
Record
SN03676109-W 20150325/150323235547-a0ee65f76fafccd810e8307b6656239f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.