Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
DOCUMENT

Y -- P499; LITTORAL COMBAT SHIP (LCS) SUPPORT FACILITY AT NAVAL BASE SAN DIEGO, CA - Attachment

Notice Date
6/29/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
Solicitation Number
N6247316RP499
 
Response Due
7/29/2015
 
Archive Date
9/30/2015
 
Point of Contact
GEORGINA PERRY, CONTRACT SPECIALIST, 619-556-3030
 
E-Mail Address
GEORGINA.PERRY@NAVY.MIL
(GEORGINA.PERRY@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY; HOWEVER BOTH LARGE AND SMALL BUSINESS CONCERNS ARE ENCOURAGED TO RESPOND TO THE PLA SURVEY. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes for the design-build construction project, P-499 Littoral Combat Ship (LCS) Support Facility at Naval Base San Diego, CA. The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Economically Disadvantaged Women-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the analysis. Since this is a Sources Sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $36.5 mil, average annual gross receipts for the preceding three fiscal years. After review of the responses if the Government plans to proceed with the acquisition, a solicitation announcement will be published on NECO and Federal Business Opportunities. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The project will convert 64,305 square feet of high bay space into 152,137 square feet of administration and logistical support space. The project constructs a multi-story facility inside a warehouse for LCS operation support to include personnel support, administrative, storage, Secure Compartment Intelligence Facility (SCIF) / Special Access Program (SAP) spaces, watch center, communication interface, Secret Internet Protocol Router (SIPR), Non-secure Internet Protocol Router (NIPR) kiosks in support of off-hull sea-frame crews, off-hull mission module crews and other logistical support functions. The project replaces and upgrades associated electrical, mechanical, plumbing, fire protection systems and upgrade the structural system to meet the current seismic codes. Built in equipment includes passenger / freight elevators. Sustainable design principles will be included in the design and construction of the project in accordance with Executive Order 13423 (2007) and other laws and Executive Orders. Facilities will meet Leadership in Energy and Environmental Design ratings and comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007 in accordance with UFC 1-200-02. Low Impact Development will be included in the design and construction of this project as appropriate. Demolition includes hazardous material disposal and demolition of an existing automated retrieval system comprised of racks/shelving within the building. Use of a Project Labor Agreement is being considered for this project pursuant to Executive Order 13502, Use of Project Labor Agreement for Federal Construction Projects (February 6, 2009). The estimated total contract price is $33,000,000. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a contract for design and construction of a high bay space conversion from 64,305 square feet into a 152,137 square foot multi-story facility to house the LCS Support Facility. Interested sources are invited to respond to this Sources Sought announcement by using the form provided under file titled Sources Sought Information Form, providing the following information: 1) Contractor information: Provide your firm ™s contact information. 2) Type of Business: Identify whether your firm is an SBA certified 8(a), SBA certified HUBZone, certified Service-Disabled Veteran-Owned Small Business concern, Woman-Owned Small Business, or Small Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a maximum of five (5) Government or commercial contracts/projects your firm has completed in the last five (5) years demonstrating your experience with major renovation/conversion projects resulting in a change of use, projects as indicated in this announcement with a minimum cost of $25,000,000. For each of the contracts/projects submitted for experience provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, type of contract, a narrative description of the product/services provided by your company, and customer information including point contact, phone number and email address. If the design was design-bid-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house and contract completion date. Indicate whether you have an established working relationship with the design firm. 5) In accordance with FAR 22.503(b) and (c), we are soliciting interested parties (Large and Small Businesses) on the use of Project Labor Agreements. Utilize the attached Project Labor Agreement Inquiry Form to provide your responses. Responses to the Sources Sought announcement are due no later than 2:00 p.m. (PST) on July 29, 2015. Please address your responses to NAVFAC Southwest, Coastal IPT, Attn: Georgina Perry, 2730 McKean Street, Building 291, Naval Base San Diego, California 92136. You may also e-mail your response to georgina.perry@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247316RP499/listing.html)
 
Document(s)
Attachment
 
File Name: N6247316RP499_P499_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx (https://www.neco.navy.mil/synopsis_file/N6247316RP499_P499_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247316RP499_P499_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx

 
File Name: N6247316RP499_P499_Sources__Sought_Info__Form.docx (https://www.neco.navy.mil/synopsis_file/N6247316RP499_P499_Sources__Sought_Info__Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247316RP499_P499_Sources__Sought_Info__Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVAL BASE SAN DIEGO, SAN DIEGO, CA
Zip Code: 92136
 
Record
SN03779199-W 20150701/150629234535-a947c26fdf434af46f88c212cf3d4de5 (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.