Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
DOCUMENT

Z -- Fire Protection and Structural Repairs of Hangar 111 located at Naval Air Station Oceana in Virginia Beach, Virginia - Attachment

Notice Date
2/11/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008516R6140
 
Response Due
2/25/2016
 
Archive Date
3/11/2016
 
Point of Contact
Jeff Haycox @ (757)341-2074
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR FIRE PROTECTION AND STRUCTURAL REPAIRS OF HANGAR 111 LOCATED AT NAVAL AIR STATION OCEANA IN VIRGINIA BEACH, VIRGINIA This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process 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, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. 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 this market research. Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (Midlant) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel and capability of performing construction services for fire protection and structural repairs of Hangar 111 located at Naval Air Station Oceana in Virginia Beach, Virginia. The proposed project will replace the fire protection system and repair the structural supports superstructure, replace hangar bay insulation, clean and paint interior hangar bay, refurbish hangar bay doors, repair exterior door frames, replace exterior doors, replace aircraft power distribution, replace air compressors and dryers, and replace main air handlers in Hangar 111. During construction the building will remain occupied. Phasing of the Hangar is required to maintain naval operations. The hangar bay area has lead paint and heavy metals contamination requiring special procedure/precautions during construction of occupied facility for life safety. The project generally consists of complete replacement of six zones AFFF suppression equipment and associated containment system. Replace existing AFFF wall mounted cannons with the floor nozzle system. This includes removal of the existing AFFF system, installation of the trenches and piping for the floor level system, conversion of the overhead sprinklers to a wet pipe system and installation of underground storage tanks to hold AFFF runoff after a system release. A complete and useable fire protection system must be integrated with the existing infrared detection system, existing fire pumps, existing fire alarm/mass notification system, etc. Coordinate and locate existing grounding points/system and existing conduits, utilities for construction of the trenching system. The suppression system includes AFFF tanks, flow control valves, proportioning pump/devices that must be fit into an existing room. Abort stations, manual release stations, audio-visual devices and interlocks with other building systems must be coordinated. Various control panels are being provided and/or relocated, including provisions for a panel to automatically operate a diverter valve to redirect water from the storm drains to the 40,000 gallon underground containment pit. Trenches, pipes, tanks, etc. must be sized and sloped properly to prevent AFFF water from backfilling into the hangar once the containment tank is filled. Clean corrosion, inspect structure for steel loss and connection conditions, selectively repaired with high strength fiber reinforced wrap, welding and protective painting system to the exterior Hangar superstructure. Removal of roofing sections at structural stay penetrations, inspection of structural connections and superstructure, and repair and replacement of roof is required. Replace aircraft maintenance power distribution system in the hangar bay and the 400 Hz power supplies. Replace two shop air compressors and their associated air dryers. Replace six main Air Handling Units, located on the penthouse level. Provide new AHUs with Variable Frequency Drives, and integrated with the existing hangar DDC system. Remove and replace existing foil faced fibrous hangar bay insulation with rigid type insulation. Repaint interior walls and ceiling surfaces of the hangar bay. Paint the exterior hangar walls. The estimated construction cost is between $10,000,000 and $25,000,000. The anticipated award of this contract is September 2016. 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 $36.5 million. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-4, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. 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 and Project Data Form. The following information shall be provided: 1) Contractor Information: Provide your firm ™s contact information including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is 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. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé 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. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. 4) Experience: Submit a minimum of three (3) and a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the ten years prior to the submission due date. A relevant project is further defined as: Size: Construction cost of $12,000,000 or greater. Scope: Construction or renovation of highbay (39 ™ or greater) industrial facility Complexity: Projects with characteristics such as: Structural repairs, Roof replacement, and AFFF All projects must meet the size requirement. A combination of projects can be used to collectively meet the four scope/complexity requirements as listed above. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. 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 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 Thursday, February 25, 2016 by 2:00 P.M. Eastern Time. The submission package shall ONLY be submitted electronically to Jeff Haycox via email at jeffrey.haycox@navy.mil and MUST be limited to a 10Mb 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 at jeffrey.haycox@navy.mil. Note: Sources Sought number may be different from the Solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R6140/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R6140_Sources_Sought_Contractor_Info_Form_-_Oceana_Hangar_111.docx (https://www.neco.navy.mil/synopsis_file/N4008516R6140_Sources_Sought_Contractor_Info_Form_-_Oceana_Hangar_111.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R6140_Sources_Sought_Contractor_Info_Form_-_Oceana_Hangar_111.docx

 
File Name: N4008516R6140_Sources_Sought_Project_Data_Form_-_Oceana_Hangar_111.docx (https://www.neco.navy.mil/synopsis_file/N4008516R6140_Sources_Sought_Project_Data_Form_-_Oceana_Hangar_111.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R6140_Sources_Sought_Project_Data_Form_-_Oceana_Hangar_111.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04017816-W 20160213/160211234413-05c77ca3f8daafe0f940d43d24de5ec9 (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  © 1994-2020, Loren Data Corp.