MODIFICATION
Z -- SKEETER LANE RENOVATION AND CONVERSION AND CONSTRUCTION OF HOUSING WELCOME CENTER WALLOPS ISLAND, VIRGINIA
- Notice Date
- 10/26/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, PWD Little Creek Facilities Engineering, Acquisition Division 1450 Gator Boulevard Suite 150 Virginia Beach, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008517R4601
- Response Due
- 11/4/2016
- Archive Date
- 11/19/2016
- Point of Contact
- Katya Oxley 757-462-5347 Amy Keiler
- Small Business Set-Aside
- N/A
- Description
- THIS IS A CORRECTED NOTICE DUE TO FUNCTIONALITY ISSUE BETWEEN NECO AND FBO WEBSITES. DESCRIPTION AND REQUIREMENTS OF THIS SOURCES SOUGHT ARE PROVIDED BELOW AND ALSO AS AN ATTACHEMENT TO THIS NOTICE. INTERESTED SOURCES MAY DOWNLOAD SOURCES SOUGHT ATTACHMENT DIRECTLY FROM https://www.neco.navy.mil/ ********************************************************** This is not a solicitation announcement. 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 Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic to facilitate the decision making process. This is a survey of the market of potential Small Businesses (SB), U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). 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. It is not to be construed as a commitment by the Government for any purpose 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. NAVFAC Mid Atlantic, Facilities Engineering and Acquisition Department Little Creek (FEAD LC) is seeking Small Businesses (SB), U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) capable of performing the design and construction of: 1)Skeeter Lane: Converting 10 2-bedroom officer and enlisted duplexes into five single, 4-bedroom, two-car garage homes. Four other existing 2-bedroom duplex units will become 3-bedroom units with family rooms; adding a bedroom, master bathroom complete with sink, toilet, and bathtub/shower, and family room. Two existing 3-bedroom duplex units will have a family room added, and four existing 4-bedroom units will have a family room added. In addition to floor plan updates for compliance with current Navy guidance, a whole house revitalization will be performed on all 15 units located on Skeeter Lane. These improvements will include the following: living and dining area, kitchen, hallways, bedrooms, bathrooms, utility areas, laundry area, and screened porch. 2)Housing Welcome Center: Construct a 1- story Family Housing Welcome Center at the entrance to Skeeter Lane. The 186 SM (2, 000 SF) Family Housing Welcome Center consists of the Family Housing (FH) Installation Managers Office, FH conference room, FH waiting area, kitchenette, supply storage, and restrooms. The facility will be served by existing utilities (electrical, water, and sewer) which serve the Skeeter Lane development; these utilities will be extended a modest distance to access the Housing Welcome Center. An off-street parking lot for 3-4 vehicles will be included. The estimated contract value is between $1,000,000 and $5,000,000. All Small Businesses (SB), U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. The appropriate NAICS Code is 236118 and the small business size standard is $36,500,000. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages single-sided or 5 pages double-sided in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capabilities statement shall address, as a minimum, the following: (1) Relevant Experience: Provide no more than two (2) projects, to include experience in performing efforts of similar value, size, and scope within the last five (5) years, including contract number, indication of whether performed as a prime or subcontractor, contract value, Government/Agency point of contact, and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. No more than two relevant projects shall be submitted. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (3) Statement regarding available bonding capacity; must be able to bond up to the estimated contract value of this project. The Government reserves the right to request additional information as needed, from any and all respondents The package shall be sent by email to Ms. Katya Oxley at: katya.oxley@navy.mil and Ms. Amy Keiler at amy.keiler@navy.mil Package must be received no later than 2:00 PM EDT on 4 November 2016. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed via email to Ms. Katya Oxley via at katya.oxley@navy.mil and Ms. Amy Keiler at amy.keiler@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470LC/N4008517R4601/listing.html)
- Record
- SN04313358-W 20161028/161026234331-b869d2bcb9d99113d9445ea567940460 (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 |