Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2021 SAM #7181
SOURCES SOUGHT

Z -- Ships Maintenance Facility, Norfolk Naval Ship Yard, Portsmouth, VA.

Notice Date
7/28/2021 10:15:58 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
N4008521R0230
 
Response Due
8/4/2021 11:00:00 AM
 
Archive Date
08/19/2021
 
Point of Contact
Amanda Bricker, Phone: 757-341-2074, HOLLY SNOW
 
E-Mail Address
amanda.l.bricker.civ@us.navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL
(amanda.l.bricker.civ@us.navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency�s requirements exist.� The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the Ships Maintenance Facility, Norfolk Naval Ship Yard, Portsmouth, VA. All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond.� Upon review of industry responses 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 synopsis. 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. General Work Requirements: This is a Design Bid Build Construction Contract to support construction services for the Ships Maintenance Facility located at the Norfolk Naval Ship Yard, Portsmouth, VA. The contractor shall provide all material, labor, transportation, tools, equipment, management, supervision and quality control necessary to convert the fifth and sixth floors in Building #510 to accommodate the relocation of the Nuclear Containment and Life Raft Shops. The 370,987 gsf building was constructed in 1957 and has undergone multiple, relatively minor renovations. The original building construction was equivalent to Type I-B non-combustible construction under the current IBC. However, over time the building has been downgraded with combustible construction located throughout, and is now considered Type III-B construction. In order for the vacant 5th and 6th floors to be occupied additional interior renovations are required in various locations, on all floors, to restore the building to its original Type I-B classification. The altered floor plan will include shop equipment areas, maintenance space, pallet racks, fire rated walls around storage areas, administrative office, break room, personnel support areas, bathrooms, and a conference room. Existing stairwells, from ground floor to sixth floor will be repaired to meet code requirements. All non-code compliant combustible construction throughout the building will be removed and the egress deficiency on the third floor will be corrected. Code compliant fire alarm/mass notification, standpipe and sprinkler systems will be installed throughout the facility. 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. Built-in equipment includes fire booster pump, pallet racks and lockers. Special costs include Post Construction Contract Award Services (PCAS) and shipyard factors. Operation and maintenance support information (OMSI) is included in this project. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with the federal laws and Executive Orders. Low Impact Development will be included in the design and construction as appropriate. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $10,000,000 and $25,000,000. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists The anticipated award of this contract is December, 2021. The appropriate NAICS code for this procurement is 236220; Annual Size Standard:� $39.5M If the resulting solicitation is set aside for small businesses firms, it 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.� Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached).� These forms are required.� Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement.� For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/.� Responses must include identification and verification of the firm�s small business status. For each of the submitted relevant projects (a maximum of five projects), ensure that the form is completed in its entirety for each project and limited to two pages per project.� Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity.� Experience of proposed subcontractors will not be considered.� Furthermore, the offeror�s experience as a subcontractor will not be considered. ��Recent is defined as having been 100% completed within the last seven (7) years prior to the submission due date.� A relevant project is further defined as: Size: A final construction cost of $10,000,000 or greater. Scope: Renovation including: hazmat abatement; demolition of existing interior construction and utilities; egress and life safety improvements; installation of sprinkler system, fire alarm and mass notification system; HVAC and plumbing upgrades; structural retrofits; window and door replacement; electrical and telecommunications upgrades; and cathodic protection installation. Complexity: Relevant projects chosen by the offeror for evaluation should demonstrate experience with each of the following elements: Major renovation (over 100,000 SF) Complex construction phasing FF&E package development Note:� Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions.� 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 a 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. RESPONSES ARE DUE ON Wednesday, August 04, 2021 by 2:00 P.M. Eastern Daylight Time.� The submission package shall ONLY be submitted electronically to Amanda Bricker at Amanda.Bricker@navy.mil AND Amanda.l.bricker.civ@us.navy.mil �and MUST be limited to a 4Mb attachment.� You are encouraged to request a ""read receipt.""� Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to Amanda.Bricker@navy.mil AND Amanda.l.bricker.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b04f102342a14cd3be068fb636a31d42/view)
 
Place of Performance
Address: Portsmouth, VA, USA
Country: USA
 
Record
SN06077220-F 20210730/210728230114 (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.