Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2020 SAM #6643
SOURCES SOUGHT

Y -- F-35C Hangar 6 Phase 2 at NAS Lemoore, CA

Notice Date
2/4/2020 2:35:22 PM
 
Notice Type
Sources Sought
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-20-R-P391
 
Response Due
2/18/2020 2:00:00 PM
 
Archive Date
03/04/2020
 
Point of Contact
CRYSTAL IRVIN, Phone: 6195324239
 
E-Mail Address
crystal.irvin@navy.mil
(crystal.irvin@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 for market research purposes. This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Southwest to facilitate the decision making process. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. �Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction) with a Small Business Size Standard of $39.5 million, average annual gross receipts for the preceding three fiscal years. The estimated total contract price range, in accordance with DFARS 236.204 is between $100,000,000 and $250,000,000. All small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. �It 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 issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.�� No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. PROJECT DESCRIPTION: Constructs a two-module two-story Type 1 aircraft maintenance hangar addition to existing Hangar 6 in support of F-35C Joint Strike Fighter fleet operational squadrons. The hangar will be constructed with reinforced concrete masonry unit, structural steel frames, metal deck, combination of steep slope standing seam metal roof and low slope built-up roof, and pile foundation. The facility will include high bay (0H) space; shops and maintenance (01) space; and operations, training, and administrative (02) space. Constructs aircraft parking apron and marshalling area, access apron and shoulders, taxiway connections and associated apron lighting. Constructs Alternate Mission Equipment operational storage for storage of the F-35 armament. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. User Generated Unit Cost is used for specific AT/FP features are included in the unit costs. Built-in equipment includes aircraft service stations/kiosks on the apron and in the hangar spaces, aircraft cooling air system, airfield munition lockers, one passenger/freight elevator, bridge crane (5-ton), two emergency generators and fire suppression storage tanks. Special costs include Post Construction Contract Award Services (PCAS) and cybersecurity commissioning. The cybersecurity commissioning cost is to cover the contractor's submittals, administrative actions and compliance with the Department of the Navy's (DON) cybersecurity requirements as well as DON's in-house costs to review contractor submittals and to implement steps necessary for obtaining Authority to Operate. Special costs also include geospatial survey and mapping, third party commissioning, temporary concrete batch plant, Special Access Program Facility area and Secret Internet Protocol Router Network and temporary facilities. Operations and Maintenance Support Information (OMSI) is included in this project. DoD and DON principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.� Special construction features includes liquid oxygen storage and a wash rack support control building. Site preparation includes site clearing, earthwork and contaminated soil removal. Special foundation features include pile foundation. Paving and site improvements include parking facilities, pedestrian features, landscaping, stormwater infiltration system and proper undergrounding of existing draining on the site. Electrical utilities include primary and secondary distribution systems, unit substations, aircraft protection equipment shelters, electrical utility line, exterior lighting and telecommunications infrastructure. Mechanical utilities include water lines, storm water lines, sanitary sewer lines, gas lines and fire protection systems. Fuel systems include JP5 fuel lines and hot pit refueling skids. Facilities 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. SUBMISSION REQUIREMENTS Interested sources are invited to respond to this Sources Sought announcement.� The following information shall be provided: 1.� Contractor information: Provide your company�s contact information, including DUNS number and CAGE Code. 2.� Type of Business: Identify whether your company is an SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Business concern, Small Business or Large Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3.� Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. Experience: Submit a minimum of three (3) and a maximum of five (5) recent specific government or commercial contracts/projects your company has completed to demonstrate your experience in commercial and institutional building construction as indicated in this announcement.� A �specific� project is a single project or a single task order under an indefinite quantity contract or on-call type contract.� �Recent� is defined as having been completed within the five years prior to the submission due date of this announcement.� All projects shall have a minimum construction cost of $25,000,000.� Projects which do not meet these requirements may not be considered relevant.� Additional submission requirements: Submit at least one relevant project with a construction cost of $40,000,000 or above. For each of the projects submitted for experience evaluation, provide the following: �Title and Location Award and completion dates Contract or subcontract value Type of work for overall project and type of work your company self-performed Customer information including point of contact, phone number, and email address Whether the work was performed as a prime or a subcontractor Type of contract (Design-Build or Design-Bid-Build � see Sources Sought Information form) Narrative project description Description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed. For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house.� Responses to items 1 through 4 above are limited to six (6) single-sided, 8.5 X 11 inch pages. The minimum font size is 10 point. Three (3) copies of the information shall be submitted to Naval Facilities Engineering Command, Southwest. Interested parties should provide submissions no later than 2:00 PM Pacific Standard Time on February 18, 2020.� The package can be emailed to crystal.irvin@navy.mil or can be mailed to the following address:� Naval Facilities Engineering Command, Southwest, 1220 Pacific Highway, Code RRA30.CI, San Diego, CA. 92132-5190 (Attn: Crystal Irvin).� Questions or comments regarding this notice may be addressed to Crystal Irvin via email crystal.irvin@navy.mil This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is for market research purposes. This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Southwest to facilitate the decision making process. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. �Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction) with a Small Business Size Standard of $36.5 million, average annual gross receipts for the preceding three fiscal years. The estimated total contract price range, in accordance with DFARS 236.204 is between $100,000,000 and $250,000,000. All small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. �It 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 issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.�� No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. PROJECT DESCRIPTION: Constructs a two-module two-story Type 1 aircraft maintenance hangar addition to existing Hangar 6 in support of F-35C Joint Strike Fighter fleet operational squadrons. The hangar will be constructed with reinforced concrete masonry unit, structural steel frames, metal deck, combination of steep slope standing seam metal roof and low slope built-up roof, and pile foundation. The facility will include high bay (0H) space; shops and maintenance (01) space; and operations, training, and administrative (02) space. Constructs aircraft parking apron and marshalling area, access apron and shoulders, taxiway connections and associated apron lighting. Constructs Alternate Mission Equipment operational storage for storage of the F-35 armament. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti- Terrorism Standards for Buildings. User Generated Unit Cost is used for specific AT/FP features are included in the unit costs. Built-in equipment includes aircraft service stations/kiosks on the apron and in the hangar spaces, aircraft cooling air system, airfield munition lockers, one passenger/freight elevator, bridge crane (5-ton), two emergency generators and fire suppression storage tanks. Special costs include Post Construction Contract Award Services (PCAS) and cybersecurity commissioning. The cybersecurity commissioning cost is to cover the contractor's submittals, administrative actions and compliance with the Department of the Navy's (DON) cybersecurity requirements as well as DON's in-house costs to review contractor submittals and to implement steps necessary for obtaining Authority to Operate. Special costs also include geospatial survey and mapping, third party commissioning, temporary concrete batch plant, Special Access Program Facility area and Secret Internet Protocol Router Network and temporary facilities. Operations and Maintenance Support Information (OMSI) is included in this project. DoD and DON principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.� Special construction features includes liquid oxygen storage and a wash rack support control building. Site preparation includes site clearing, earthwork and contaminated soil removal. Special foundation features include pile foundation. Paving and site improvements include parking facilities, pedestrian features, landscaping, stormwater infiltration system and proper undergrounding of existing draining on the site. Electrical utilities include primary and secondary distribution systems, unit substations, aircraft protection equipment shelters, electrical utility line, exterior lighting and telecommunications infrastructure. Mechanical utilities include water lines, storm water lines, sanitary sewer lines, gas lines and fire protection systems. Fuel systems include JP5 fuel lines and hot pit refueling skids. Facilities 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. SUBMISSION REQUIREMENTS Interested sources are invited to respond to this Sources Sought announcement.� The following information shall be provided: Contractor information: Provide your company�s contact information, including DUNS number and CAGE Code. Type of Business: Identify whether your company is an SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Business concern, Small Business or Large Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. Experience: Submit a minimum of three (3) and a maximum of five (5) recent specific government or commercial contracts/projects your company has completed to demonstrate your experience in commercial and institutional building construction as indicated in this announcement.� A �specific� project is a single project or a single task order under an indefinite quantity contract or on-call type contract.� �Recent� is defined as having been completed within the five years prior to the submission due date of this announcement.� All projects shall have a minimum construction cost of $25,000,000.� Projects which do not meet these requirements may not be considered relevant.� Additional submission requirements: Submit at least one relevant project with a construction cost of $40,000,000 or above. For each of the projects submitted for experience evaluation, provide the following: �Title and Location Award and completion dates Contract or subcontract value Type of work for overall project and type of work your company self-performed Customer information including point of contact, phone number, and email address Whether the work was performed as a prime or a subcontractor Type of contract (Design-Build or Design-Bid-Build � see Sources Sought Information form) Narrative project description Description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed. For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house.� Responses to items 1 through 4 above are limited to six (6) single-sided, 8.5 X 11 inch pages. The minimum font size is 10 point. Three (3) copies of the information shall be submitted to Naval Facilities Engineering Command, Southwest. Interested parties should provide submissions no later than 2:00 PM Pacific Standard Time on February 18, 2020.� The package can be emailed to crystal.irvin@navy.mil or can be mailed to the following address:� Naval Facilities Engineering Command, Southwest, 1220 Pacific Highway, Code CIMAR.CI, San Diego, CA. 92132-5190 (Attn: Crystal Irvin).� Questions or comments regarding this notice may be addressed to Crystal Irvin via email crystal.irvin@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7038b0520434484691650c1fc219b2a7/view)
 
Place of Performance
Address: Lemoore, CA, USA
Country: USA
 
Record
SN05552127-F 20200206/200204230141 (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.