Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOLICITATION NOTICE

Y -- NWC B686 Conolly Hall Upgrades / NWC Modular Buildings

Notice Date
5/3/2024 12:29:22 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2601
 
Archive Date
05/20/2024
 
Point of Contact
Shayna Eichner, Phone: 7573410150, Kristy Gerrek, Phone: 7573410089
 
E-Mail Address
shayna.t.eichner.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil
(shayna.t.eichner.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract action for performing construction services for B686 Conolly Hall Upgrades And Modular Buildings, Naval War College (NWC) Newport, Rhode Island. �� Project Description: Package 1:� Building 686 Conolly Hall Upgrades, NWC The Conolly Hall Building 686, NWC, located on the NAVSTA Newport, Rhode Island campus, is a seven-level tall structure constructed in 1974 and is comprised of two (2) parking levels (P-1, P-2), four (4) levels of classroom, multi-function and administrative use and MEP/Penthouse/Roof.� Base Bid:� The project will include the repair and renovation to 80,000 square feet (SF) of the basement level and all upper levels of the building interiors, provide upgrades to 60,000 SF of lower parking levels, life safety and fire protection systems, and lighting.� Repairs and renovations to the building include full demolition of all interiors, to face of existing exterior wall including hazardous material abatement and incidental related work, all new interior floor plan layout with architectural upgrades and finishes, new mechanical, electrical, plumbing and toilet rooms, life safety, fire alarm & protection systems, and physical and cyber security systems to meet current building codes. The projects require Third Party Certifications � refer to all specifications. OPTION 1: The project scope of work is to replace in-kind exterior window systems and exterior door and frames including hazardous material abatement and incidental related work. B686 Conolly Hall building will not be occupied during performance of work under this contract. Package 2:� Modular Buildings to support Building 686 during construction The modular buildings are required to support Package 1 Building 686 Conolly Hall Upgrades during construction.� The project will provide and install modular buildings, and all required site demolition, utilities, and storm water management construction for the duration of construction contract for scope of work noted in Package 1.� The modular buildings are proposed to be located in existing northern and eastern parking lot areas around Building 29-Sims Hall, NWC.� The northern one-story modular building is about 14,500 SF and holds fourteen (14) classrooms with proposed adjacent handicapped parking lot and building accessibility.� In the existing eastern parking lot, the project includes providing and installing three additional one-story modular buildings, each about 2,800 SF to hold two (2) classrooms and offices.� Each are served by a proposed adjacent handicapped parking lot.� The modular buildings� exteriors are constructed of vinyl siding with 4� reveal, and vertical vinyl siding skirt and soffit.� The roofs are constructed of low-sloped membrane. The scope of work for Package 2 Modular Buildings is required to be ready for occupancy, and accepted as Substantially Complete (Beneficial Occupancy Date) by the Contracting Officer prior to start of mobilization and demolition of scope of work noted in Package 1- B686 Conolly Hall Upgrades. The scope of work includes demobilization of Package 2 Modular Buildings after the scope of work noted in Package 1 B686 Conolly Hall Upgrades has been accepted as Substantially Complete (Beneficial Occupancy Date) by the Contracting Officer. The completion time for this contract is listed below: Package 1 � 912 Days Package 2 � 211 Days This solicitation is being advertised as ""Unrestricted"" for full and open competition. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� Large business concerns are required to submit a subcontracting plan prior to award of the contract. In accordance with FAR 22.503(a) as implemented by Executive Order 14063 dated 04 February 2022, this project meets the definition of a large-scale construction project within the United Stated for which the total estimated cost of construction is $35 million or more. As such, the use of a Project Labor Agreements (PLA) is required. Provision 52.222-33, Notice of Requirement for Project Labor Agreement will be incorporated into the solicitation and the FAR Clause 52.222-34, Project Labor Agreement will be included in the solicitation and resultant contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction and the Small Business Size Standard is $45,000,000. This office anticipates award of a contract for these services by September 2024. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. The original Sources Sought Notice was published to SAM.gov on 05 April 2024 with a response due date of 20 April 2024.� Based on the market research conducted for this procurement, there is not a reasonable expectation that two or more capable small businesses will propose on this requirement.� Successful award and completion of the requirements can be achieved by soliciting this contract as full and open competition, as stated in the DD2579, Small Business Coordination Record.� The NAVFACSYSCOM Atlantic Deputy Associate Director for Small Business concurred with the recommendation on 16 April 2024.� On 18 April 2024, the Small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579. The Request for Proposal (RFP) will be issued on or about 17 May 2024.� All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites.� The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov.� Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Shayna Eichner at Shayna.t.eichner.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1031c04324284df2a12cd56f74384ada/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07052751-F 20240505/240503230038 (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.