Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
DOCUMENT

Y -- RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA - Attachment

Notice Date
11/8/2016
 
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
N4008517R0309
 
Response Due
11/15/2016
 
Archive Date
12/31/2017
 
Point of Contact
Katherine Dinneen, 757-341-1031
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR UPH-BEQ BUILDING 3606 RENOVATION AT JEB LITTLE CREEK-FORT STORY, VIRGINIA BEACH, VA Notice Type: Sources Sought Solicitation No: N40085-17-R-0309 Date: 7 November 2016 Response Date: 15 November 2016 10:00 AM EST Classification Code: Y-Construction of Structures and Facilities NAICS Code: 236220 - Commercial and Institutional Building Construction Magnitude of Construction: $25,000,000 to $100,000,000 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the following project: This project will repair and upgrade Bachelor Enlisted Quarters (BEQ) Building 3606 by eliminating all Q4 Condition and/or Configuration ratings to bring these facilities up to a Q1 rating to comply with the Defense Planning Guidance. All major building systems are substandard and need replacement. Facility repairs will meet current code requirements and correct existing deficiencies. Room layouts will be reconfigured to provide two separate baths and service areas (2+0 concept) in lieu of one shared bath for two rooms; remove and replace two closets to fit the reconfigured space. This project will inspect, replace or repair the existing sanitary waste drain lines in the laundry room in building 3606A. All existing sanitary sewer piping in 3606 will be replaced. Electrical breaker panels will be replaced as required to handle the electrical load. The existing 3606 building ventilation system and ducts will be replaced. The facility will be brought up to all Antiterrorism /Force Protection (ATFP) standards in accordance with Unified Facilities Criteria (UFC) 4-010-01 including progressive collapse. The exterior walls of the buildings will be power washed and a mold growth inhibitor paint applied. All emergency lighting and exit signs will be replaced with energy efficient stainless steel fixtures with a protective metal cage placed around them to prevent vandalism. Additional video security cameras will be provided to for security coverage to all blind areas and the existing security monitoring system will be upgraded as required to handle the cameras. The existing trash dumpster enclosures will be replaced with higher side walls and lockable gates. The deteriorated elevators will be replaced and security cameras will be provided. The current fire alarm and detection system does not meet current standards and must be replaced to bring these buildings in compliance with current life safety codes and UFC-3-600-01. Properly sized natural gas potable hot water boilers will be provided in 3606B to supply the domestic hot water requirements of 3606 and 3606A. Landscaping site improvements will be incorporated in this project. The project replaces the existing 2-pipe heating and cooling system in buildings 3606 and 3606A and provides temporary heating and cooling for building 3609 until a project for building 3609 is programmed. The heating, ventilation, and air conditioning (HVAC) system and direct digital controls (DDC) used should be the most energy efficient system possible, but natural gas was used for planning and estimating purposes. Alternative types of energy efficient HVAC systems will be taken into consideration with the goal to meet the reduced energy consumption mandates. Building 3606 is a five-story, 91,000 SF BEQ built in 1989 and building 3606A is a 7,680 SF BEQ support building built in 1989. The scope of work includes replacing the mechanical system in building 3606B for buildings 3606 and 3606A. These buildings are constructed so that the mechanical systems are interconnected. This project will remove this interconnection so as to provide each building with an independent mechanical system. This will allow isolation of each in case of an outage or necessary repairs. The work also includes all incidental work to make the HVAC system functional. All facilities will include cybersecurity commissioning for infrastructure systems such as Direct Digital (DDC) controls, fire alarm and detection and security monitoring systems. This project will install a complete and useable fire sprinkler system and a roof replacement in building 3606B. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these services in June 2017. The appropriate NAICS Codes is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages total) demonstrating the ability to perform the requested services. All responses shall include the following: 1. Completed SOURCES SOUGHT “ CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding. Note: If you are submitting as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ© and a copy of the SBA letter stating that your Mentor ProtĂ©gĂ© agreement has been approved. 2. Completed SOURCES SOUGHT “ PROJECT INFORMATION FORM (form attached) for each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to two page per project. Ensure that the description of the project clearly identifies the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed within the last seven (7) years that best demonstrate your experience on projects that are similar in size, scope and complexity. For purposes of this evaluation, a relevant project is further defined as: Size: oFacility of at least 25,000 total square feet; and oFinal Construction Cost of $15,000,000.00 or greater Scope/Complexity: Comprehensive, whole building (interior and exterior) renovation of a multi-story (minimum of two stories) facility including the following: oBuilding envelope (windows, doors, exterior walls, and roofs); and oComprehensive plumbing, mechanical, and electrical renovation. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Kate Dinneen via email at Katherine.dinneen@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 Tuesday, November 15, 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/N4008517R0309/listing.html)
 
Document(s)
Attachment
 
File Name: N4008517R0309_UPH-BEQ_3606_-_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008517R0309_UPH-BEQ_3606_-_Contractor_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R0309_UPH-BEQ_3606_-_Contractor_Information_Form.docx

 
File Name: N4008517R0309_UPH-BEQ_3606_-_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008517R0309_UPH-BEQ_3606_-_Project_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R0309_UPH-BEQ_3606_-_Project_Information_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: JEB Little Creek-Fort Story, Virginia Beach, VA
Zip Code: 23459
 
Record
SN04324137-W 20161110/161108235502-b56f94e8e3f19ce965a6a03ba56d5129 (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.