Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2022 SAM #7425
SOURCES SOUGHT

Y -- P487 Design-Bid-Build, Recycling/Hazardous Waste Facility

Notice Date
3/28/2022 9:59:52 AM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008522R2645
 
Response Due
4/11/2022 11:00:00 AM
 
Point of Contact
Laura Thomas, Phone: 7573411654
 
E-Mail Address
laura.e.thomas21.civ@us.navy.mil
(laura.e.thomas21.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Systems 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 P-487, Design-Bid-Build, Recycling/Hazardous Waste Facility, Marine Corps Air Station Beaufort, Beaufort, South Carolina. This work includes constructing a new Recycling/Hazardous Waste Facility that is comprised of three single story buildings in a newly developed site. The buildings are a combination of �reinforced concrete masonry unit (CMU) building or structural steel frames with exterior CMU & metal panel veneer, standing seam metal roof system, and shallow foundations. �Interior construction includes a combination of CMU & metal stud gypsum wall board partitions, heating, ventilation, and air conditioning. The project will include receipt, processing, covered storage, staging and transfer areas, personnel support spaces and administrative areas. The facility will be comprised of three buildings with new concrete paving, driveways, stormwater management features and will require soil improvement of the site to mitigate settlement. The facility will comprise of three buildings: 1) an Administrative Building with offices, conference room, toilets and shower. This building will be fully air conditioned.2) Recycling-Non Reg building that will provide storage, staging and recycling equipment and 3) Hazardous Waste Storage Facility that will provide storage of a variety of materials. This project will provide Anti-Terrorism (AT) features and comply with AT regulations, and physical security in accordance with DOD Minimum Anti-Terrorism Standards for Buildings. Information systems include telephone, computer network, fiber optic, cable television,�security and fire alarm systems infrastructure.� Built-in equipment includes gear lockers, cases and shelving. Department of Defense (DoD) and Department of the Navy (DON) principles for high�performance and sustainable building requirements have been �included in the design of the project in accordance with federal laws and Executive Orders. Low Impact Development (LID) has been included �in the design� of this project as appropriate. Paving and site improvements includes concrete paving, asphalt parking, sidewalks and landscaping.� Demolition includes Building #1258 (399 m2), Building #1030 (152 m2) and Building #1205 (606 m2). 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 The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236210 � Industrial Building Construction, and the Small Business Size Standard is $39,500,000.� In accordance with FAR 36.204, Disclosure of the magnitude of construction for this project is between $5,000,000 and $10,000,000. If set-aside exclusively for small business participation, the contract would include FAR clause 52.219-14 Limitations on Subcontracting, which states that �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 March 2023. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A relevant project is further defined as:� Size:� 10,000 SF or greater for covered structures and a final construction cost of $5,000,000 or greater. Scope:� New construction of a multi-building complex. Complexity:� Experience in complying with environmental permits in the state of South Carolina. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. 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 NLT 11 APRIL 2022 at 2:00PM (EDT). �LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Laura Thomas at laura.e.thomas21.civ@us.navy.mil.� Attachments are limited to a total of 5MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85239881856c4ec8992030bf634c5187/view)
 
Place of Performance
Address: Beaufort, SC, USA
Country: USA
 
Record
SN06281543-F 20220330/220329211521 (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.