Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2016 FBO #5166
SOURCES SOUGHT

Z -- Complete Renovation of Barracks at Naval Station Norfolk, VA

Notice Date
1/13/2016
 
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
N4008516R6133
 
Response Due
1/20/2016
 
Archive Date
2/10/2016
 
Point of Contact
RONALD SMILEY 757 341-0836 RONALD.SMILEY2@NAVY.MIL
 
E-Mail Address
Ronald Smiley
(ronald.smiley2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. 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 Naval Facilities Engineering Command Midlant (NAVFACMIDLANT) is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HubZone Small Business (HubZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability of performing construction services for the renovation of BEH Building R-63, Naval Station Norfolk, in Norfolk, Virginia. Responses must include identification and verification of the company ™s small business status. The proposed project will completely repair and upgrade BEH Building R-63, from Q4 to Q1, to comply with the Defense Planning Guidance and Unified Facilities Criteria (UFC) 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, requires compliance with the standards contained therein. The renovation of this facility has approximately 128,684 square footage space to renovate. All major building systems are substandard, and need replacement. The following repairs will be done to comply with the Defense Planning Guidance, to meet current code requirements, and to correct existing deficiencies: -Interior room renovations, including: providing berthing space upgrades to meet current standards (coat racks, ironing boards/iron caddies, and additional medicine cabinets), replacement of living space area including replacement of cabinets, built-in oven and food-prep areas, replacing carpet, providing built in closets, providing room signage, and refinishing and painting interior walls and ceilings. -ATFP retrofits, as required, including: repairing any structural deficiencies, replacing existing windows with low E energy saving ABA, ATFP compliant windows, replacing existing exterior doors with ATFP compliant doors, and redesign/repair parking lot to comply with ATFP provisions. Replace complete building HVAC system. Replace complete building plumbing system. Replace existing elevators to comply with current code. Repair and upgrade to code the building electrical system. -Repair existing bathrooms, including: replacing toilets, sinks, vanities, fixtures, tubs, tile, and finishes. Repair laundry room, including: replacing flooring, wall covering, slop sink, built in lockers, and cabinetry. -Exterior renovations to include: replacing portion of roof over laundry room, waterproof exterior brick facade, replace fascia, soffits, gutters, and downspouts, replace exterior building and parking lot lighting, and prepare and paint buildings exterior previously painted surfaces. -Provide fire suppression system to meet current code. Demolish the existing conventional fire alarm system and provide a combination addressable fire alarm/mass notification system throughout the building. Provide fire extinguishers throughout the building. Replace existing stair railings. The estimated contract value is between $20,000,000 and $30,000,000. The anticipated award of this contract is September 2016. The NAICS code for this project is 236220. Contractor Capability Packages shall include the following items: (1) Relevant experience shall include experience in Design Build projects only and 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 this project as described herein. Prospects shall submit the following: Construction Experience: Submit a minimum of three (3) and a maximum of five (5) construction projects for the Prospect that best demonstrates your experience on relevant projects that are similar in size, scope, and complexity. For purposes of this evaluation, a relevant project is further defined as: Size: -Facility of at least 50,000 total square feet. -Multi-story (minimum of three stories). -Estimated Construction Cost of no less than $20,000,000.00 Scope/Complexity: -Comprehensive, whole building (interior and exterior) renovation of a multi-unit residential living facility, such as a Bachelor Quarters, dormitory, condominium, or apartment building including the following: -Building envelope (windows, doors, exterior walls, and roofs). -Comprehensive plumbing, mechanical, and electrical renovation. -Multi-story elevator installation (minimum of three stories). -Anti-Terrorism and Force Protection (ATFP) and Progressive Collapse - Design analysis and construction. (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 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 not exceed 15 pages and shall ONLY be submitted electronically to Ronald Smiley via email at Ronald.smiley2@navy.mil and 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 Wednesday, January 20, 2016 at 10:00 AM Eastern. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R6133/listing.html)
 
Place of Performance
Address: Complete Renovation of Barracks at Naval Station Norfolk, VA, Norfolk, VA
Zip Code: 23511
 
Record
SN03990352-W 20160115/160113234653-9e3ae26deb779732c6d1913895c63f35 (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.