SOURCES SOUGHT
Y -- P-160, DESIGN-BID-BUILD, CUS ISR OPERATIONS EXPANSION, NAS OCEANA DAM NECK, VIRGINIA BEACH, VIRGINIA
- Notice Date
- 1/11/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008518R1119
- Response Due
- 1/25/2018
- Archive Date
- 2/9/2018
- Point of Contact
- Malita Smith, 757-341-1226
- E-Mail Address
-
malita.smith@navy.mil
(malita.smith@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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: P160 - Design-Bid-Build, CUS ISR Operations Facility Expansion, NAS Oceana Dam Neck, Virginia Beach, Virginia This project is for the expansion of the Commander Undersea Surveillance (CUS) intelligence-surveillance-reconnaissance (ISR) operational spaces at Dam Neck Annex Building #464 that consist of the following: The CUS ISR operational spaces will be expanded in a new 21,000 GSF addition attached to the current facility. The new addition will be constructed of a structural steel frame, concrete slab, and a modified bitumen roof system. The existing 24,499 GSF building shall be reconfigured to compliment the expanded spaces to meet CUS mission requirements. The expansion and reconfiguration shall consist of partial renovation of the existing Watch Suite, new Secure Space and equipment room, Open Secret Storage (OSS) office areas, NMCI server room, telecommunications rooms, uninterrupted power source (UPS)/redundant continuous power utility room, and large multi-function room. The facility will remain occupied during construction and it is critical that the existing Watch Suite remain operational during this time. Site improvements include demolition of the existing warehouse and relocation of 3 MILVANs to accommodate the new addition. The site will be reconfigured to accommodate 330 parking spaces, a new access road, a new loading dock, landscaping, flag poles, site furnishings, dumpster relocation, exterior signage, tree mitigation, and storm water management. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), 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. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states that śThe concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. ť This office anticipates award of a contract for these services in September 2018. 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 $36,500,000. 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©. 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 whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects for your firm completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope,and complexity to this project. The attached construction experience project data form shall be utilized to demonstrate experience. For purposes of this sources sought, a relevant project is defined as follows: Size: A project totaling 18,000 square feet or more. Scope/Complexity: New construction of administrative facilities with a secure space. Projects submitted for the offeror shall have been completed with the past five (5) years of the date of issuance of the RFP. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Malita Smith, malita.smith@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 THURSDAY, 25 JANUARY 2018 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R1119/listing.html)
- Record
- SN04787626-W 20180113/180111231108-67efde10fddae1ae694c177224299a92 (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 |