Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2018 FBO #6029
SOLICITATION NOTICE

Z -- RM17-0145, CNIC Base Support Consolidation, Bldg. H1 at Portsmouth Naval Shipyard in Kittery, ME

Notice Date
5/25/2018
 
Notice Type
Presolicitation
 
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
N4008518R8717
 
Archive Date
9/30/2018
 
Point of Contact
Rachel Honecker (757) 341-1975
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: N4008518R8717 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for RM17-0145, CNIC Base Support Consolidation, Bldg. H1 at Portsmouth Naval Shipyard in Kittery, ME. PROJECT DESCRIPTION: This solicitation will result in a firm-fixed price (FFP) contract for design-build (DB) construction services. The proposed construction provides, but is not limited to, renovating spaces in H1, which was originally constructed in 1913 as a T-shaped, 75,262 square foot Naval Hospital and, in 1975, converted to an outpatient clinic. The existing health clinic consists of a four-story core block with wings of three stories each, extending from the central core in three directions. Exterior walls are load-bearing masonry, consisting of concrete, clay structural tile, and brick. The interior building superstructure is a partial concrete and cement-plaster encased steel frame at the wider portions of the building footprint. The steep pitched roof consists of slate shingles over a wood deck, supported by steel trusses and purlins. Renovations shall support the consolidation and configuration of space for the building occupants for facilities being demolished (H10, 241 and 235), Installation Commanding Officer and other supporting CNIC base support functions. Electrical and mechanical system and architectural finishes upgrades will be provided in the renovated areas. Structural improvements will occur within the facility at areas included in the renovation, and also at the stairways and egress pathways in order to improve compliance with fire and life safety codes. Heating systems will be repaired or replaced in areas that are being renovated, as well as the provision of upgraded lighting, power and air conditioning. Fire suppression and mass notification systems shall be upgraded and provided in areas where the deficiencies exist. Furthermore, the project will provide energy efficiency. SHPO consultation and mitigation will be required for all permanent modifications made to character defining features. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of this project as appropriate. Low Impact Development will be included in the design and construction of this project as appropriate. Facility will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. Project will demolish existing buildings H-10, 241 and 235. The completion time for this contract is 1200 calendar days after award. This solicitation is being advertised as Unrestricted for full and open competition. This is a one phase source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract. 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 DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. This office anticipates award of a contract for these services by 30 September 2018. A Sources Sought notice was issued on 16 March 2018 to determine the capability of small businesses to perform the requirement. The Sources Sought notice yielded three responses. Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. NAVFAC Mid-Atlantic ™s Office of Small Business Programs concurred with this decision on 11 April 2018. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 26 June 2018. All documents will be in Adobe PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation is https://www.neco.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Rachel Honecker at rachel.honecker@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R8717/listing.html)
 
Record
SN04934551-W 20180527/180525230424-c49a7978b73969f16da153b0939c6779 (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.