Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2024 SAM #8311
SOURCES SOUGHT

99 -- RM 23-0631 FIRE PROTECTION AND LIFE SAFETY REPAIRS FOR TRIPLEX B163, 202 & 234 AT NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA

Notice Date
8/27/2024 11:18:41 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N6247024R0079
 
Response Due
9/10/2024 11:00:00 AM
 
Archive Date
09/25/2024
 
Point of Contact
Brandi Upton, Phone: 7573224924
 
E-Mail Address
brandi.j.upton.civ@us.navy.mil
(brandi.j.upton.civ@us.navy.mil)
 
Description
SOURCES SOUGHT REFERENCE NUMBER N6247024R0079 TITLE: RM 23-0631 FIRE PROTECTION AND LIFE SAFETY REPAIRS FOR TRIPLEX B163, 202 & 234 AT NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified business sources prior to determining the method of acquisition and issuance of a solicitation. Naval Facilities Engineering Systems Command (NAVFAC) Atlantic is seeking qualified Small Businesses, including U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women-Owned Small Businesses (WOSB), or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a small business set-aside acquisition in lieu of full and open competition is in the Government�s best interest pursuant to FAR 19.502-2(b). The Government is contemplating award of a repair and maintenance project for fire protection and life safety repair at Norfolk Naval Shipyard, Portsmouth, Virginia. The Triplex Fire Protection/Life Safety Repair project includes replacement of fire suppression systems, fire alarm systems, HVAC systems, plumbing and electrical systems for three existing, historic, connected buildings 163, 202, and 234, otherwise known as the �Triplex� at Norfolk Naval Shipyard. The project also constructs a fire barrier separation between buildings 163, 202, and 234. The project will replace two existing egress stair towers, constructs three new fire-rated stair towers, and additional egress stairs around the exterior of the facility. This project also demolishes interior areas spaces throughout constructed with combustible materials and relocates them with non-combustible materials. Project includes the relocation of office spaces, administrative areas, and training spaces to meet life safety requirements. The project also constructs hazmat control areas and replaces doors, frames and hardware. The project includes repair and replacement of existing roof systems. Additionally, this project will provide leased modular facilities for administration, office and classroom space lost during construction. All companies to include service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your company has worked with the proposed teaming partners in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). A small business prime will be required to comply with FAR 52.219-14, which limits the percentage paid by small business prime contractors to subcontractors that are not similarly situated entities. The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). Provide evidence that on past contracts of a similar nature that your company (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract. Submittal Requirements: It is requested that interested businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form, and Project Labor Agreement Request for Information 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 three (3) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: A final construction cost of $40,000,000 or greater. At least one project should have a final construction cost of $60,000,000 or greater Scope: Renovation and repair, or additions to an existing shipyard repair facility including administration spaces. Complexity: Relevant projects should cumulatively demonstrate experience with each of the following elements: 1. Experience with repair, renovation and/or replacement of large, complex warehouse, maintenanceor shipyard waterfront type facilities; 2.Experience with repair, renovation and/or replacement of existing fire alarm and suppressionsystems, and fire rated enclosures; 3.Experience with repair, renovation and/or replacement of existing mechanical, plumbing andelectrical systems; 4.Experience with historic building repairs and renovations in accordance with the Secretary of theInteriors Standards; 5.And experience in complex site work including replacement and/or relocation of utilities at siteswith constrained or limited access of work areas. Submitted relevant projects shall demonstrate the following characteristics: a)Experience as the Offeror or first tier subcontractor on experience projects; b)Experience with new construction (at least one (1) project), repair and/or renovation (at least one (1)project) that required staging, experience with design-build (at least one (1) project). 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. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45 million. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $100,000,000 and $250,000,000. 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. The submission package shall be submitted electronically to Brandi Upton via email at brandi.j.upton.civ@us.navy.mil and MUST be limited to a 5MB attachment. The Statement of Capabilities must be on 8 � by 11-inch standard paper, single spaced, Times New Roman, 12 point font minimum and is limited to ten (10) single-sided pages (including all additional attachments). The Sources Sought Project Matrix and the Project Labor Agreement Request for Information are not included in the page count. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN TUESDAY, 10 SEPTEMBER 2024 AT 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED. PLEASE REFER TO THE INDUSTRY DAY ANNOUNCEMENT IN CONNECTION TO THIS SOURCES SOUGHT. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR�S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONSWHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN ANY RESULTANT SOLICITATION. We appreciate your interest and thank you in advance for responding to this notice
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7fe10880cdc433e81a29cf4edbfa78e/view)
 
Place of Performance
Address: Portsmouth, VA, USA
Country: USA
 
Record
SN07188879-F 20240829/240827230132 (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.