Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

C -- Design-Bid-Build, Repair Navy Information Operations Detachment

Notice Date
12/17/2019 1:02:12 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0033
 
Response Due
1/3/2020 11:00:00 AM
 
Archive Date
01/18/2020
 
Point of Contact
Quin Conerly-Anderson, Phone: 7573410089, Holly N. Manning, Phone: 7573411658
 
E-Mail Address
Quin.conerly-anderso@navy.mil, holly.manning@navy.mil
(Quin.conerly-anderso@navy.mil, holly.manning@navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. �The intent of this notice is to conduct market research. Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for design-bid-build, Repair Navy Information Operations Detachment (NIOD), NAVSUBASE New London, CT. All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), 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 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 synopsis.� 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. Description of work: The project addresses a number of facility deficiencies and repairs identified during a Facility Condition Assessment (FCA) and Infrastructure Condition Assessment Program (ICAP) conducted by NAVFAC North-IPT in mid FY17. Building 106 provides facility support space for military personnel. This project addresses the requirement to provide an adequate and secure facility. The proposed construction consists of selective demolition; replacement of an existing masonry enclosed fire escape tower with an open metal fire escape; building HVAC replacement; flat built-up roof replacement; fire protection repairs; basement structural repairs and waterproofing; plumbing repairs and replacements; bathroom reconfigurations and ventilation repairs; loading dock & ramp repairs; various structural repairs throughout the building envelope and basement foundation; hazardous material abatement; replacement of interior finishes; exterior masonry and concrete repairs; lightning protection; electrical equipment replacements, electrical redistribution and associated related work. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction. Other Heavy and Civil Engineering Construction, with a size standard of $39,500,000. In accordance with FAR 36.204, the magnitude of construction for this project is between $5,000,000 and $10,000,000. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states, �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� This office anticipates award of a contract for these services in August 2020. Firms must be able to demonstrate bonding capacity for a single project of $10,000,000.� Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm�s small business status. 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) and a maximum of five (5) relevant construction projects for your firm that best demonstrate your experience on projects that are similar in size, scope, and complexity to this project. Relevancy is further defined as: Size: Single building project of 20,000 total square feet or greater. Scope/Complexity: Comprehensive, whole building (interior and exterior) renovation of a multi-story (minimum of two stories) facility including the following complexity elements: Building envelope (windows, doors, exterior walls, foundation, and roofs); and Comprehensive plumbing, mechanical, and electrical renovation Hazardous material abatement. Groundwater infiltration repair in a basement Selective Demolition. A combination of projects can be used to collectively meet the complexity requirements as listed above. Interested parties should respond no later than 3 January 2020. The submission package shall ONLY be submitted electronically to Quin Conerly-Anderson via email at quin.conerly-anderso@navy.mil. Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.� You are encouraged to request a ""read receipt.""� Responses received after the deadline or without the required information will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0344aa8b8d414bc3aeb16cb0ce461365/view)
 
Place of Performance
Address: New London, CT, USA
Country: USA
 
Record
SN05519673-F 20191219/191217230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.