Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

Y -- P-1102 MAGAZINE & ORDNANCE OPERATIONS FACILITY NAVSUBASE NEW LONDON CT

Notice Date
5/22/2020 10:53:44 AM
 
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
N4008520R0108
 
Response Due
6/5/2020 11:00:00 AM
 
Archive Date
06/20/2020
 
Point of Contact
Stephen Astwood, Phone: 7573410692
 
E-Mail Address
stephen.d.astwood@navy.mil
(stephen.d.astwood@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services for the following project: P1102- Magazine & Ordnance Operations Facility constructs a total of twelve magazines (54,279 SF total), one operations building (11,600 SF), and one security office (457 SF). Magazine construction is of earthen covered steel reinforced concrete with steel blast-resistant magazine doors, and will include overhead cranes. Construction includes site preparation, foundations, grounding and lightning protection systems, electrical distribution, area and security lighting, intrusion detection systems, concrete aprons, security fencing, and storm-water controls. �Demolition of eighteen existing arch type magazines, one existing operations building and one security building are included in this project.� Project will be phased to construct certain new facilities prior to demolition of certain existing facilities. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary North American Industry Classification System (NAICS) Code for this procurement is 236220 Commercial and Institutional Building Construction with a size standard of $39.5M. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting, which limits the amount of work performed by subcontractors.� Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees.� If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. The Sources Sought Project Information Form shall be used to document a minimum of two (2) and a maximum of five (5) relevant new construction projects and a minimum of one (1) and a maximum of two (2) relevant demolition project(s) for the Offeror that best demonstrates your experience on relevant projects (similar in size, scope, and complexity to the RFP). Projects submitted for the Offeror must have been completed within ten (10) years prior to the date of submission. Relevant project(s) are further defined as: NEW CONSTRUCTION 1.) Weapons Magazines: Size: A minimum of 10,000 total square feet combined for all DoD standard magazines in the project. Scope/Complexity: New construction of standardized DoD earth-covered reinforced concrete weapons magazine. 2.) Administrative Facilities: Size: One facility consisting of a minimum 10,000 total square feet. Scope/ Complexity: New construction of an administrative facility that includes conference capabilities. Renovation projects will not be considered relevant. Additions comprised of a new footprint will only be considered New Construction for the purposes of this evaluation if the new footprint meets the above Size/Scope/Complexity. *Ensure that the project description clearly identifies whether the project is new construction or addition comprised of a new footprint, provides the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. The offeror must submit a minimum of one (1) Magazine project and one (1) Administrative Facility project. DEMOLITION PROJECT Size: Demolition of one or more magazines with a total minimum of 1,000 square feet. Scope/Complexity: Demolition of earth-covered reinforced concrete weapons magazine. Ensure that the project description clearly identifies the final construction cost and addresses how the project meets the scope/complexity. Experience of proposed subcontractors will not be considered. Furthermore, the offeror�s experience as a subcontractor will not be considered. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� 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 an award.� 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 NLT 05 JUNE 2020 at 2:00 PM (EDT).� LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The package shall be sent via electronic mail to Stephen Astwood at stephen.d.astwood@navy.mil.� Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f697142ba0e04af489cf81925d2c5d12/view)
 
Place of Performance
Address: CT, USA
Country: USA
 
Record
SN05669440-F 20200524/200522230200 (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  © 1994-2020, Loren Data Corp.