Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOURCES SOUGHT

Z -- SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD (DBB) NH95 FIRE PROTECTION REPAIRS, NAVAL SUPPORT ACTIVITY HAMPTON ROADS, NORFOLK, VA

Notice Date
11/9/2022 1:11:59 PM
 
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
N4008523R2565
 
Response Due
11/23/2022 11:00:00 AM
 
Point of Contact
Kristy Wright
 
E-Mail Address
kristy.l.wright12.civ@us.navy.mil
(kristy.l.wright12.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Fire Protection Repairs at Naval Support Activity Hampton Roads, 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: Replace existing sprinkler heads throughout older sections of NH95 to include finish repairs.� Repair/replace standpipes, risers and pump systems. Un-sprinkled areas provide sprinkler system or other fire suppression systems to include making repairs to substrates and finishes. Repair fire detection system and provide new detection system, link Giant Voice to system annunciation with new panels and software.� All repairs shall include testing and monitoring. Repair lighting in Mechanical Rooms. Replace exterior and interior doors and frames to include personnel and overhead. Repair common spaces and egresses to include hallways, stairwells, lobby areas finishes and support elements (railings, treads, lighting, etc.). Replace interior common space finishes to include floors, walls and ceilings. Repair Common Space Toilets, to include fixtures, finishes and systems support (to include lighting, HVAC, exhaust, etc. Provide temporary office space during construction. �Space includes rentals, modifications to space or swing space, support of COOP or other options that can be developed during project development.� Pave existing vacant lot (former NH5 site) for temporary modular office units.� Provide utilities to units. 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 February 2023. � The appropriate NAICS code for this procurement is 236220 � Commercial and Institutional Building Construction, and the small business size standard is $39,500,000. 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 (5) 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 and scope/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 ten (10) years prior to the submission due date.� A relevant project is further defined as: Size: A final construction cost of at least $25M Scope/Complexity: Repair and Replacement projects that include: - Replacing Existing Sprinklers or fire suppression systems - Repair Fire Detection system including testing/monitoring - Replacement of interior and exterior doors and frames - Repairing toilets, to include fixtures, finishes and systems support (to include lighting, HVAC, exhaust, etc.). While each project does not need to demonstrate each element of scope/complexity, the projects submitted as a whole shall meet each element of scope/complexity. Bonding capacity will be required to meet the aggregate total of the project cost. Firms must have an aggregate bonding capacity of at least $25,000,000 to be considered capable. 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 23 November 2022 by 2:00 P.M. local time.� The submission package shall ONLY be submitted electronically to Kristy Wright at kristy.l.wright12.civ@us.navy.mil and MUST be limited to a 4MB attachNment.� 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 kristy.l.wright12.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a379b2c5b52e49d9a1076a1cd790c277/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06514321-F 20221111/221109230115 (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.