Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

99 -- P4638 and P4639, Ambulatory Care Center Replacement, Marine Corps Base (MCB), Camp Lejeune, North Carolina

Notice Date
2/23/2021 6:05:28 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
N4008521R0064
 
Response Due
3/9/2021 11:00:00 AM
 
Archive Date
12/15/2021
 
Point of Contact
Georgia Scott, Phone: 7573410691
 
E-Mail Address
georgia.scott@navy.mil
(georgia.scott@navy.mil)
 
Description
Notice Type: Sources Sought Solicitation No: N40085-21-R-0064 Classification Code: Y NAICS Code: 236220 � Commercial and Institutional Building Construction:����������� Responses Due: 03/09/2021 THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID.� SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE NOT AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing P4638, Ambulatory Care Center Replacement, Marine Corps Base (MCB), Camp Lejeune, North Carolina and P4639, Ambulatory Care Center Replacement, Marine Corps Base (MCB), Camp Lejeune, North Carolina. These projects construct two new Ambulatory Care Centers, P-4639 at Camp Johnson and�P-4638 at Camp Geiger.� These will replace the old facilities damaged by hurricane.� P-4638 builds an Ambulatory Care Center that delivers musculoskeletal, physical therapy, sports medicine rehabilitation, and injury prevention services to support the School of Infantry � East (SOI-E) at Camp Geiger and active duty personnel assigned to MCAS New River.� Additionally, establish a sports Medicine Injury Prevention Program (SMIP) in the Camp Geiger and MCAS New River, combined into one facility.� The proposed site is located adjacent to the main area of the SOI and appears to have adequate space to accommodate the clinic. �The estimated area of this project scope will be 6,629 GSF for the medical clinic and 13,724 for the SMIP.� The total building area is 20,353 GSF. ��Demolition of existing building TC805 is included in the scope of this project. P-4639 builds an Ambulatory Care Center to deliver primary medical and dental care, sports medicine rehabilitation including specialty clinics, ancillaries, support and administrative departments to support the Camp Johnson area. �The estimated area of this project scope will be 14,685 GSF for the medical clinic and 7,636 GSF for the dental clinic. �The total building area is 22,321 GSF. �Demolition of existing Building M128 is included in the scope of this project. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $39,500,000. In accordance with DFAR 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The contract 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 by July 2021. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Project Matrix Form completed and Sources Sought Project Information Form, provided as attachments to this notice. The Sources Sought Project Information Form shall be used to document a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity to the RFP.� For purposes of this synopsis, �relevant� project is defined as follows: Similar Size:� 20,000 SF or greater for covered structures and project value of $13,000,000 or greater. Similar Scope:�� 1) New construction of a medical facility to include medical clinics, dental clinics, outpatient ambulatory care center or hospitals, with more relevance given for military projects. Similar Complexity:� Project(s) demonstrating similar complexity by meeting the four items listed below need not be of similar size or scope: Project(s) demonstrating the ability to manage concurrent projects, multi-storied buildings and constrained site (ie. limited laydown area, limited site access, possible working hour restrictions, etc.). Project(s) demonstrating experience relating to: familiar with the requirements of the UFC 4-510-01, installation of high performance energy systems and performing enhanced commissioning of a building.� Project(s) performed by the offeror as the prime contractor that have been awarded a LEED Certification or Green Globes. Project(s) demonstrating experience in complying with environmental permits in the state of North Carolina. Ensure that the project description clearly identifies whether the project is new construction and addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. For complexity, the submitted relevant project experience shall demonstrate complexity characteristics noted above.� Each relevant project does not need to demonstrate all of the characteristics listed above; however, the relevant projects submitted must collectively demonstrate all of the items. The offeror�s body of work as a whole will be reviewed to ascertain if it possesses all of these characteristics, taken as a whole.� Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. 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 a solicitation.� 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 NO LATER THAN: 03/09/2021 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Georgia Scott at georgia.scott@navy.mil.� Attachments are limited to a total of 5MB.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a4fbc5a0d07c4d36a8451e6371bb79f9/view)
 
Place of Performance
Address: Camp Lejeune, NC, USA
Country: USA
 
Record
SN05924855-F 20210225/210223230117 (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.