MODIFICATION
Z -- SOURCES SOUGHT NOTICE FOR BEQ 484 WATER INTRUSION REPAIRS AND 3RD FLOOR RENOVATIONS, NAVAL SUPPORT ACTIVITY (NSA) PANAMA CITY
- Notice Date
- 9/29/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945016R1014
- Response Due
- 10/14/2016
- Archive Date
- 9/30/2017
- Point of Contact
- N6945016R1014 904-542-6834 BARBARA CZINDER AT (904) 542-6834 OR BARBARA.CZINDER@NAVY.MIL
- Small Business Set-Aside
- N/A
- Description
- This is NOT a solicitation announcement and there are no plans/specifications/drawings or bid package available for this project. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within NAVFAC Southeast to facilitate the decision making process. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. NAVFAC Southeast is looking for responses from interested Prime Contractors. We are not seeking responses from firms interested in subcontracting opportunities. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal/Solicitation, Request for Quote or Invitation for Bid and there are no plans or specifications for this notice. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. If a solicitation is issued the solicitation number WILL NOT be the number same as the source sought notice number. It is the potential offerors responsible to check the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and the Federal Business Opportunities website. NAVFAC Southeast is seeking qualified businesses with current relevant experience to perform the following as described below: Project Description: A.Facility Description: 1.Building 484 is a 3-story housing facility with four wings wrapped around an enclosed courtyard in the center, forming a square donut shape. It was constructed in 1994 and has approximately 98,220 total square feet. (32,740 sf per floor) 2.Building 484 supports two Activities: Unaccompanied Housing (UH) and the Navy Gateway Inns and Suites (NGIS). Each activity will occupy approximately one half of the building. The UH is managed by NSA Panama City who is also responsible for maintaining and managing the shell and core of the entire facility. 3.The UH provides housing for active duty A School students at the Naval Diving and Salvage Training Center. The A School provides multi-service training for Navy, Army, Air Force, Marines, Coast Guard and Foreign National Services. 4.NGIS is an on-base hotel that caters to active duty military, their families and civilians. B.Project Description: 1.The Project/Work for Building 484 provides comprehensive repairs and modifications to the building shell, core and interior areas. These repairs and modifications are due to the latest ATFP requirements, the Systemic Water Intrusion, and the latest Interior room requirements for both UH and NGIS. 2.Determining Factors for the DoR to resolve and vet during the Design Workshop are but not limited to: a.ATFP / Progressive Collapse Method (PCM) - The method of resolving Progressive Collapse will be the KEY for determining the amount of interior demolition for ALL interior building elements. A report addressing PCM is not available. b.ATFP / Hardening of Exterior Shell, Replacing Exterior Fenestration in conjunction with the Systemic Water Intrusion. The method of resolution for these elements will determine what happens to the exterior walls. There is an in-depth water intrusion report. c.Plan Layouts for Rooms and Corner Common areas. 3.Each of the UH billets will serve two students and will consists of one private sleeping room, one private bathroom (with bath/shower and commode). The vanity area will be separate from the bath. The UH area will also provide ABA accessible quarters. 4.Each NGIS room will serve one individual and consist of one private sleeping room, one private bathroom with vanity, and separate from the bath there will be an area for coffee maker, small sink, microwave, and an undercounted refrigerator. The NGIS area will also provide ABA accessible quarters. 5.Each Activity will have separate entrances, separate check-in desks, separate offices, separate elevator and separate public areas. 6.The repairs and modifications are for all building elements, appurtenances included all things associated with but not limited to the following: Roof Systems, Exterior wall Systems, Window Systems, Structural Systems, Vapor and Water Proofing Systems, Mechanical, Electrical, Plumbing, Life safety and Fire Protection Systems. This Work will provide separate entrances, separate reception desk, and separate offices for each activity. This Work also adds an Elevator to support the NGIS Activity. The majority of the work will be UH (Shell and core) responsibility. The work for which NGIS is responsible will be for any upgrades to finishes or fixtures and any changes specifically for NGIS. 7.Additionally, the common corner areas on each floor are included in this project as they serve both UH and NGIS with their respective needs. The first floor North West corner will be the Entry for UH and the South East corner will be the Entry for NGIS. As mentioned above in B.2.a PCM will determine the amount of interior renovations. Otherwise Renovations to all lodging rooms will consist of the following at a minimum: completely replace bathrooms including plumbing fixtures and finishes; replace metal bathroom doors; replace room entry doors; replace lavatories, mirrors, medicine cabinets, and vanity lighting; replace vinyl flooring with ceramic tile; refinish ceilings; new coatings/painting of all walls and ceilings; replace window treatments; replace HVAC diffusers; replace window treatments; replace/relocate towel bars; install hard-walled closets with separate locking doors; install double swinging doors between rooms for potential use as suites. In the NGIS corridors, the following scope is included: refinish ceilings; new coatings/painting of all walls and ceilings; install chair rail; replace vent covers. In the NGIS common areas/corner facilities, the following scope is included: replace VCT with ceramic tile in circulation areas; new coatings/painting of all walls and ceilings in circulation areas; reconfigure/renovate front desk and office areas; renovate a second floor common area space into a new business center; replace finishes/window treatments. 8.ATFP / Hardening of Exterior Shell, Replacing Exterior Fenestration in conjunction with the Systemic Water Intrusion: Exterior Work included in this project targets the Hardening of the Exterior Shell by removing the EIFS and replacing it with masonry, it targets the glazing by replacing the Exterior Fenestration w/ ATFP compliant frames and glazing, and targets the existing Systemic Water Intrusion issues by providing an approved water and vapor barrier full height and providing approved flashing and end damns at all opening. The work also includes demolition and removal of all berms on the exterior of three sides of the facility and on all four walls of the enclosed courtyard. It includes the refinishing installation of exterior walls, and incidental related work. The work includes new flashing details which will prevent future damage to the facility. Interior repairs included in the scope of work are focused on the Unaccompanied Housing/A School areas by adding a bathroom to each sleeping room. The interior renovations in the UH and A-School rooms will consist of the following: completely replace bathrooms including plumbing fixtures and finishes; replace deteriorated metal bathroom doors; re-paint room entry doors; replace lavatories, mirrors, medicine cabinets, and vanity lighting; replace vinyl flooring with ceramic tile; refinish ceilings; new coatings/painting of all walls and ceilings; replace window treatments; replace HVAC diffusers; replace window treatments; replace/relocate towel bars; install hard-walled closets with separate locking doors. In the corridors, the following scope is included: refinish ceilings; new coatings/painting of all walls and ceilings; install chair rail; replace carpet; replace vent covers. In the common areas/corner facilities, the following scope is included: replace VCT flooring, new coatings/painting of all walls and ceilings. 9.Fire Protection and Life safety will be completely renovated. NAICS Code: 236220 Commercial and Institutional Building Construction with the annual size standard of $36.5 million. Project Magnitude is $25 Million to $40 Million. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1.Contractor Information: Provide your firm s contact information, to include DUNS and Cage Code numbers. 2.Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 3.Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4.Bond Capacity: Provide your surety s name, your maximum bonding capacity per individual project. Offeror s must be able to bond at the project magnitude range of $25 Million to $100 Million. 5.Experience Submission Requirements: Submit a minimum of two (2) Design-Build Renovation/Repair projects, to that demonstrate experience in performing efforts of a similar size, scope and complexity to the project description above; and completed within the last seven (7) years. With an approximate completed value of $10 Million or greater. Submissions shall contain the following items below (a g) for each project submitted for consideration. a.Include Contract Number, if applicable b.Indicate whether Prime contractor or Subcontractor c.Contract Value d.Completion Date e.Government/Agency point of contact and current telephone number. f.Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. g.Indicate whether the project is Design Build or not. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 10 pages. This package shall be sent by email, no larger than 6 MB, to the following email addresses: Barbara.Czinder@navy.mil. OR via mail to Naval Facilities Engineering Command, Southeast Attn: Barbara Czinder, IPT-Gulf Coast Bldg. 903, Yorktown Jacksonville, FL 32212-0030 Submissions must be received at the email addresses cited or via mail no later than 3:00 PM Eastern Time on 14 October 2016. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to email addresses above or by phone to Barbara Czinder at (904) 542-6834.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4de8a270d4fcde788656c0a165876fe3)
- Record
- SN04293506-W 20161001/160929235752-4de8a270d4fcde788656c0a165876fe3 (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 |