Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

Y -- DESIGN BID BUILD CONSTRUCTION PROJECT F-35A FLIGHT SIMULATOR FACILITY AND F-35A SQUADRON OPERATIONS FACILITY AT NAS FORT WORTH JRB, TX

Notice Date
1/12/2021 10:43:23 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-21-R0022
 
Response Due
1/26/2021 11:00:00 AM
 
Archive Date
02/10/2021
 
Point of Contact
John E. Mack, Phone: 9045426378, Rebecca Jones, Phone: 9045426315
 
E-Mail Address
john.mack@navy.mil, rebecca.m.jones@navy.mil
(john.mack@navy.mil, rebecca.m.jones@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BID BUILD CONSTRUCTION PROJECT F-35A FLIGHT SIMULATOR FACILITY AND F-35A SQUADRON OPERATIONS FACILITY AT NAS FORT WORTH JRB, TX. THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID.� NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation currently available.� 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 appointments for presentations will be made.� The solicitation number is anticipated to be N69450-21-R-0022. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Woman Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), and Service Disabled Veteran-Owned Small Business (SDVOSB).� Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project.� The type of solicitation to be issued will depend upon responses to this sources sought notice.� The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement Project Description: The projects include site building demolition, asbestos abatement, site pavement and utility demolition, utilities, pavements, site drainage and construction of a 20,000 square-foot Flight Simulator Facility building and a 33,729 square-foot Squadron Operations/Aircraft Maintenance Unit (Sq OPS/AMU) building.� The total building demolition is 8009 square feet.� � The one-story Simulator building will house four Full Mission Simulators and will have a reinforced concrete foundation, a structural steel frame, and a standing seam metal roof.� The exterior walls will be 4-inch split face masonry and the windows will insulated glass with a laminated interior pane in accordance with UFC4-010-01.� The facility�s architectural appearance will comply with the NAS Fort Worth Installation Appearance Plan.� The secured portion of the building contains the simulators, computer equipment rooms, debriefing rooms, helmet storage, maintenance rooms, secure communications, and secure storage and will be constructed in accordance with ICD 705.� The unsecured portion of the facility will include open and private offices, break rooms, and rest rooms. � The two-story Squadron Operations/Aircraft Maintenance Unit (Sq OPS/AMU) building will have a reinforced concrete foundation, a structural steel frame, and a standing seam metal roof.� The exterior walls will be 4-inch split face masonry and the windows will insulated glass with a laminated interior pane in accordance with UFC4-010-01.� The facility�s architectural appearance will comply with the NAS Fort Worth Installation Appearance Plan.� The Sq OPS/AMU building will provide spaces on the first floor for the Aircraft Maintenance Unit.� AMU spaces include equipment maintenance, ready room, administrative offices, locker rooms, and rest rooms.� The Squadron Operations will be on the second floor and include a large secure area meeting ICD/ICS 705 requirements and an unsecured portion that includes administrative offices, flight operations desk, conference rooms, and support spaces. Any resultant contract will be firm-fixed price.� The North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $39.5 million.� Project Magnitude is between $25,000,000 and $100,000,000.� Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is 4th Quarter FY 2021 or 1st Quarter FY 22. Industry will be notified of the results of this evaluation and set-aside determination via the pre-solicitation/ synopsis notice. Interested sources are invited to respond to this sources sought announcement.� Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6).� Complete submission package shall not exceed 10 pages.� The information that must be contained in your response is as follows: 1) �Contractor Information: Name and address of company, point of contact with phone number and email address. 2) �Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) �Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $35 Million, and the maximum aggregate bonding. 4) �System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier (formerly DUNS Number).� 5) Interest: Indicate if a solicitation is issued, will your firm/company be submitting a proposal:� _____ Yes�������� ______No. 6) Experience Submission Requirements:� Responders shall submit a minimum of one (1) and a maximum of (3) Design/Build or Design/Bid/Build projects that are similar in size, scope and complexity to the proposed project description and demonstrate experience as the prime contractor.� At least one project shall feature a secure area meeting ICD/ICS 705 requirements with a contract value of approximately $15,000,000 or greater.� � Submissions shall contain the following items below (i � vi) for each project submitted for consideration.� � Include Contract Number, if applicable Indicate whether Prime contractor or Subcontractor Contract Value Completion Date Government/Agency point of contact and current telephone number. Project Description.� Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. A project is defined as a construction project performed under a single task order or contract.� For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.� Interested parties should respond no later than 26 January 2021, 2:00 pm EST via email to john.mack@navy.mil and rebecca.m.jones@navy.mil.� The subject line of the email shall read: F-35A Flight Simulator Facility and F-35A Squadron Operations Facility at NAS Fort Worth JRB, TX.� Emails shall be no more than 5 MB in size.� Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.� Respondents will not be notified of the results of the evaluation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3fa2de36304468399b22f5c1d915f20/view)
 
Place of Performance
Address: Fort Worth, TX, USA
Country: USA
 
Record
SN05890558-F 20210114/210112230113 (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.