SOURCES SOUGHT
Y -- P215 JOINT INTERAGENCY TASK FORCE � SOUTH (JIATF-S) COMMAND AND CONTROL FACILITY (C2F), TRUMAN ANNEX, NAVAL AIR STATION (NAS) KEY WEST, FL
- Notice Date
- 10/11/2023 5:33:58 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHWEST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945024R0004
- Response Due
- 10/25/2023 11:00:00 AM
- Archive Date
- 11/09/2023
- Point of Contact
- JOHN MACK, Lindsay Betteridge
- E-Mail Address
-
john.e.mack5.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(john.e.mack5.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BID BUILD CONSTRUCTION PROJECT P215 JOINT INTERAGENCY TASK FORCE � SOUTH (JIATF-S) COMMAND AND CONTROL FACILITY (C2F), TRUMAN ANNEX, NAVAL AIR STATION (NAS) KEY WEST, FL THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID.� NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation currently available.� In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated solicitation number is N6945024R0004. The purpose of this notice is for the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Woman Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), and Service Disabled Veteran-Owned Small Business (SDVOSB).� Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project.� The type of solicitation to be issued will depend upon responses to this sources sought notice.� The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement. Project Description:� Construct a five-story JIATF-S C2F at Truman Annex, NASKW, Florida. Project encompasses, an operations area that includes special use space for a Sensitive Compartmented Information Facility (SCIF), Operations Center (OC), and Network Operations Center (NOC), and an administrative area divided into specified security zones. Construction includes redundant mechanical and electrical systems with backup power, antenna pad, loading service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Facility will be built to withstand Category 5 hurricane wind loads and category 1 Storm Surge, to resist coastal corrosive environment, and be built above the floodplain level. Communication and Server rooms will be served and supported by dedicated redundant computer room air-conditioning (CRAC) units and will have dedicated pre-action systems with a clean agent fire suppression system. Sustainability and energy enhancement measures are included. The North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $45 million. �Project Magnitude is between $250,000,000 and $500,000,000.� If the resulting solicitation is set aside for small business firms, the requirement will include under FAR guidelines the prime contractor must have the capability to perform at least 20 percent of the cost of the contract, not including the cost of materials, with its own employees. The anticipated award date is November 2025. Interested sources are invited to respond to this sources sought announcement.� Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6).� Complete submission package shall not exceed 10 pages.� The information that must be contained in your response is as follows: 1)� Contractor Information: Name and address of company, point of contact with phone number and email address. 2)� Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3)� Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $400 million, and the maximum aggregate bonding. 4)� System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier Number. 5) Interest: Indicate if a solicitation is issued, will your firm/company be submitting a proposal: _____ Yes�������� ______No. 6) Experience Submission Requirements: Responders shall submit a minimum of one (1) and a maximum of (3) projects that are similar in size, scope and complexity to the proposed project description.� Similar in size is defined as a project off the same magnitude, or $100 to $250 million.� Similar in scope and complexity is defined as a project that includes construction of large, multi-story office buildings, including secure spaces. Submissions shall contain the following items below (i � vi) for each project submitted for consideration. Include Contract Number, if applicable Indicate whether Prime contractor or Subcontractor Contract Value Completion Date Government/Agency point of contact and current telephone number. Project Description.� Include a brief description, with sufficient detail to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein.� If project(s) are not approximately equal to the requested dollar value, explain in no more than one paragraph why we should consider the project. � A project is defined as a construction project performed under a single task order or contract.� For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. �The response to 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 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Interested parties should respond no later than 25 October 2023, 2:00 pm ET via email to john.e.mack5.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil.� The subject line of the email shall read: JIATF-S C2F, TRUMAN ANNEX, NAS KEY WEST, FL.� Emails shall be no more than 5 MB in size.� Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.� Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d6745fb63534efbaf8be61828cb0e4b/view)
- Place of Performance
- Address: Key West, FL, USA
- Country: USA
- Country: USA
- Record
- SN06857560-F 20231013/231011230056 (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 |