Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2019 FBO #6301
SOURCES SOUGHT

Y -- Q1362, Design-Bid-Build, SOF Human Performance Training Facilities, Marine Corps Base (MCB), Camp Lejeune, North Carolina

Notice Date
2/21/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9106
 
Response Due
3/5/2019
 
Archive Date
3/5/2020
 
Point of Contact
Email: Georgia.scott@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Solicitation No: N40085-19-R-9106 Classification Code: Y NAICS Code: 236220 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, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing Q1362, Design-Bid-Build, SOF Human Performance Training Facilities, Marine Corps Base (MCB), Camp Lejeune, North Carolina. The project constructs 20,500 SF of SOF Human Performance Training Facilities, miscellaneous, supporting structures, modifications to RR136 and RR136A, utilities, parking, roadways, and site work. The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits, translucent wall panels, and mezzanines. Special construction features include soil surcharge loads, and storm water best management practices. Electrical systems include primary power distribution, lighting, energy monitoring/control systems, intrusion detection system, telephone/data switch/server rooms, electrical switch gear, transformers, circuits, and fire alarms. Mechanical systems include plumbing, fire protection, compressed air, dehumidification, air conditioning systems, a chiller yard, and digital controls. Information systems include telephone, data, local area network, mass notification and intercom. Site work will include building utility systems, traffic control, parking, domestic water, fire protection water, sanitary sewer, sewage conveyance, propane gas networks, perimeter security fencing, gates, storm water management, fiber/copper communications, cable television, and area lighting. Construction includes sustainable features complying with HPSB Guiding Principles. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 “ Commercial Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFAR 236.204, the magnitude of construction for this project is between $5,000,000 and $10,000,000. 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 May 2019. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. The Sources Sought Project Information Form shall be used to document a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity to the RFP. For purposes of this synopsis, relevant project is defined as follows: Size: 15,000 SF or greater and project value of $10,000,000 or greater. Scope: New construction projects of Gymnasium Buildings. Complexity: Project(s) demonstrating complex network security experience. Project(s) demonstrating intrusion detection experience. Ensure that the project description clearly identifies whether the project is new construction and addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. 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 NO LATER THAN: 03/05/2019 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Georgia Scott at georgia.scott@navy.mil. Attachments are limited to a total of 5MB. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/a0768394ee35d7ab1b53ec2581991a11)
 
Record
SN05228271-F 20190223/190221230020 (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.