SOURCES SOUGHT
Y -- Construction Services for Building NH95 in the Naval Support Activity (NSA) Hampton Roads in Norfolk, VA
- Notice Date
- 4/5/2022 8:19:33 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
- N4008522R2654
- Response Due
- 4/19/2022 11:00:00 AM
- Point of Contact
- Catharine Keeling, Phone: (757)3411624, Holly Snow, Phone: (757) 341-1046
- E-Mail Address
-
catharine.a.keeling.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil
(catharine.a.keeling.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 Building NH95 in the Naval Support Activity (NSA) Hampton Roads in Norfolk, 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: Substations A, B, C,D,E,F,G,H,I J, K & L: Replace 12 substations at NH-95.� In addition the project will replace antiquated and leaking bushings for the secondary side of the transformers servicing the substations.� Included in the work is the replacement of transformers, switchgear and underground ductbanks. The parking lot, security fencing and roads will be modified to accommodate upgraded substations/switchgear. The Maritime Operations Center (MOC) provides critical service and command operations to the Atlantic Fleet working operationally out of NH-95.� The substations are required to provide electrical service to critical loads for the MOC in NH-95.� This upgrade will allow for maintenance and redundancy of the electrical system at NH-95. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists The anticipated award of this contract is June 30, 2022. 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. Interested sources are invited to respond to this sources sought announcement by submitting to the Contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating your ability to perform the requested services. �Please use 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 Sources Sought due date.� A relevant project is further defined as: Size: An estimated construction cost of $25,000 or greater. At least one project must have a final construction cost of $15,000,000 or greater. Scope/Complexity: Demonstrate experience, cumulatively and collectively, with the following: New addition to a building(s). Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures. Electrical renovation of building(s) main distribution system including substation(s), ��transformer(s), switchgear(s), ductbank and cabling. Note: Projects submitted that only include utilities and horizontal or civil site work will NOT be considered. 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 Friday, April 19, 2022 by 2:00 P.M. Eastern Daylight Time.� The submission package shall ONLY be submitted electronically to Catharine Keeling at Catharine.a.keeling.civ@us.navy.mil and MUST be limited to a 4Mb attachment.� LATE SUBMISSIONS MAY NOT BE ACCEPTED. 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 Catharine.a.keeling.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bbe11fe59f024d6d914e06ab1831e7f0/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN06290102-F 20220407/220405230100 (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 |