Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOURCES SOUGHT

Y -- Special Project RM09-0600 Renovate BEQ Bldg 2701, Naval Air Station, Whidbey Island, Oak Harbor, WA

Notice Date
12/18/2019 2:41:41 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC NORTHWEST SILVERDALE WA 98315-1101 USA
 
ZIP Code
98315-1101
 
Solicitation Number
N4425520R0002
 
Response Due
1/3/2020 2:00:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
Barbara Young, Phone: 360-315-8319
 
E-Mail Address
barbara.young1@navy.mil
(barbara.young1@navy.mil)
 
Description
Description:� This is a Sources Sought Synopsis only.� This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download.� In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no presentations will be considered. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP.� NAVFAC NW is seeking certified Small Businesses (SB), certified Historically Underutilized Business Zone (HUBZone) firms, certified 8(a) firms, and certified Service Disabled Veteran Owned Small Business (SDVOSB) firms with current relevant experience, personnel, and capability to perform project requirements for a firm fixed price (FFP), design-build (DB), stand-alone, construction contract at Naval Air Station, Whidbey Island, Oak Harbor, WA. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction.� The applicable size standard is $39.5M.� Responses to this sources sought synopsis will be used to make appropriate acquisition decisions.� After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on the Government Point of Entry beta.SAM.gov, Opportunities�. (Legacy website �FedBizOpps�). The general scope of this requirement consists of the following:� This project is to design and repair multiple bachelor housing facilities (dormitories or barracks).� Specific repair items include seismic upgrades, exterior enclosure, roof, interior, plumbing, electrical, HVAC, fire protection and site work.� Additional site work is planned to redevelop the main courtyard to include a new covered gazebo, barbeque facilities, picnic tables/benches, trash receptacles, and recycling containers and to remove or relocate existing elements as required to redevelop the area. In addition, the project is planned to repair, clean and paint the building exterior. The estimated total contract price range, per DFAR 236.204, is between $25M and $100M.� This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act � Construction Materials under Trade Agreements. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a DB construction contract for work similar in size and scope. NAVFAC NW anticipates utilizing the Lowest Price, Technically Acceptable (LPTA) source selection process. Submission Requirements:�� Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled �Sources Sought Information Form�.� Total pages limited to a maximum of ten (10) single-sided 8 � x 11 pages, minimum 10 point font, for the Sources Sought Information form response and two (2) single-sided 8 � x 11 pages for a cover letter. 1) �Name of the Firm, DUNS number, address and point of contact information. 2) �Identify whether your firm is an SBA certified 8(a); SBA certified HUBZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Disadvantaged Business, Women Owned Small business and/or a Small Business concern, or Large Business). � 3) Bonding capacity:� Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) �Identify that you are capable of working at the specified location. 5) �Experience:� Using the Sources Sought Information Form, submit a maximum of three projects(3 for DESIGN and 3 for CONSTRUCTION) describing the government or commercial contracts/projects your firm has completed in the last 10 years, with projects that are similar in size, scope and complexity. 1. �Firm must demonstrate the following types of experience for 1) DESIGN and 2) CONSTRUCTION (separately) within the projects: Size and Scope: (1)Design: �a.Minimum project cost of $25 million, a minimum of 70,000 SF of building renovation or construction, with� multiple bachelor housing facilities (dormitories or barracks) within one project, with phased construction within the same project. To be considered a relevant project, all components within (1) a. must be met on each project submitted. (2)Construction: a.Minimum project cost of $25 million, a minimum of 70,000 SF of building renovation or construction, with multiple bachelor housing facilities (dormitories or barracks) within one project, with phased construction within the same project. To be considered a relevant project, all components within (2) a. must be met on each project submitted. * Projects submitted for the Offeror shall be substantially complete (at least 50%) within the past 10 years of the date of issuance of this RFP. For each of the contracts/project submitted for experience, provide the: Title Location Whether prime or subcontractor work Contract or subcontract value Type of contract Identify if design-build or design-bid-build Contract completion date Customer point of contact including phone number Narrative description of the product/services provided by your firm Projects that do not include all information requested will not be considered when determining if qualified experience has been demonstrated. This package shall be sent by e-mail to the following address: barbara.young1@navy.mil and clearly stated in the subject line with the firm name and sources sought title:� Sources Sought Response - SPECIAL PROJECT, RM 09-0600 Renovate BEQ Bldg 2701, Naval Air Station Whidbey Island, Oak Harbor, WA. Submissions must be received no later than 2:00 PM Pacific Time on 3 January 2020.� Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed Barbara Young at barbara.young1@navy.mil. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC NW will utilize the information for technical and acquisition planning. If adequate responses are not received from business concerns mentioned above, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/db5d98d3e47f4c6b8750dcb5422dae58/view)
 
Place of Performance
Address: Oak Harbor, WA 98277, USA
Zip Code: 98277
Country: USA
 
Record
SN05520725-F 20191220/191218230141 (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.