Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

Y -- DESIGN-BID-BUILD, MEDICAL CLINIC RENOVATIONS, B449, NAVAL SUBMARINE BASE NEW LONDON, GROTON, CT - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
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
 
Solicitation Number
N4008518R8715
 
Response Due
3/29/2018
 
Archive Date
8/31/2018
 
Point of Contact
Pamela Waller, 757-341-1581
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing design-bid-build (DBB) construction services for Medical Clinic Renovations, Building 449, at Naval Submarine Base New London in Groton, CT. The purpose of this project is for the repair and renovation of approximately 56,000 SF to various patient areas in the Medical Clinic, Building 449, at Naval Submarine Base New London in Groton, CT. To better serve its mission as an Outpatient Clinic, many areas on the first floor of the facility will be reconfigured to increase efficiency, improve adjacencies and enhance patient circulation. In addition, various deficiency items around the facility will be corrected to more closely bring the facility in compliance with current codes and standards. Mechanical, plumbing, electrical, IT\Comm, and other repairs are included in the project scope to improve current standards and code compliance. Additionally the project requires the abatement of Hazardous materials as identified on the Contract Documents. Several of the current departments and public circulation space on the First Floor of the Medical Clinic will be modified to meet current space needs and operational flow. The major departments included within this project are Medical Homeport, Immunizations, Referral Management, Medical Records, Pharmacy, Pathology/Lab, Undersea Medicine, Radiation Health, Individual Medical Readiness (IMR), Physical Therapy and Chiropractic. Renovation and repair is generally limited to interior spaces and any miscellaneous systems in support of these interior modifications. The project involves multi-phased construction sequences which must allow for the clinic to be fully operational throughout the construction duration. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 “ Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with FAR 36.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. The contract 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 by September 2018. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) and up to a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A relevant project is further defined as: Size: A minimum of 25,000 SF of subject facility and a final construction cost of $8,000,000 or greater. Scope: Renovation of a facility that experiences a high volume of pedestrian traffic, such as a medical facility, school, or administrative facility. At least one of the relevant projects shall be a medical facility that provides for patient care. At least one of the relevant projects shall indicate experience with the abatement of hazardous materials. Complexity: Multi-phased/sequenced construction that allowed facility to remain open for operations throughout the project. Ensure that the project description clearly identifies whether the project is new construction or renovation, provides the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Please note that if you are responding as an 8(a) Mentor-ProtĂ©gĂ©, you must indicate the percentage of work to be performed by the protĂ©gĂ©. A copy of the SBA letter stating that your 8(a) Mentor-ProtĂ©gĂ© agreement has been approved would be required with your proposal, if requested. This notice 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 ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government ™s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 29 March 2018 at 2:00 PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Pamela Waller at pamela.waller@navy.mil. Attachments are limited to a total of 5MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R8715/listing.html)
 
Document(s)
Attachment
 
File Name: N4008518R8715_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R8715_Contractor_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R8715_Contractor_Information_Form.docx

 
File Name: N4008518R8715_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R8715_Project_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R8715_Project_Information_Form.docx

 
File Name: N4008518R8715_N4008518R8715_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008518R8715_N4008518R8715_Matrix.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R8715_N4008518R8715_Matrix.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04853928-W 20180316/180314231117-61fe48705c63cff5c2b84585633a37b2 (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.