SOURCES SOUGHT
Z -- Two Phase Design/Build Construction Contract for Indoor Physical Fitness Facility Addition and Fitness Center, Naval Air Station-Joint Reserve Base, Belle Chasse, Louisiana
- Notice Date
- 2/22/2006
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
- ZIP Code
- 29406
- Solicitation Number
- N62467-06-R-0085
- Response Due
- 3/1/2006
- Archive Date
- 3/16/2006
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-06-R-0085. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) firms-first priority, Service Disabled Veteran Owned Small Business-second priority and HubZone small business firms-third priority, to participate in a Two-Phase Design/Build Solicitation for the design construction of Indoor Physical Fitness Facility Addition and Fitness Center at Naval Air Station-Joint Reserve Base, Belle Chasse, Louisiana. The 2002 NAICS Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $28.5 Million. The Federal Supply Code is Z199, Maintenance, Repairs or Alteration of Real Property. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, or HubZone Small Business contractors or to issue an unrestricted solicitation, inviting full and open competition. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The proposed design-construction project for the Indoor Physical Fitness Facility Addition at NAS-JRB, Belle Chasse, LA includes, but not limited to a 15,727 SF permanent one-story, steel framed addition to the existing Fitness Center, Building 456. Functional areas include a gymnasium, two racquetball courts and expansion of the cardio/weight training room and men and women locker rooms. The addition will be constructed on a pile foundation, with a masonry exterior and a standing seam metal roof. Facility design will incorporate anti-terrorism and force protection features, landscaping and incidental paving. Sustainable design will be integrated into the design, development and construction of the project in accordance with Executive Order 13123 and other directives. The Fitness Center at NAS-JRB, Belle Chasse, LA includes, but not limited to, a 26,235 SF permanent two-story, steel framed building, insulated wall panels, concrete foundation and structural floor, built-up roof on insulated metal decking and steel truss. Functional areas include central check-in desk with offices and gear issue, wooden floored gymnasium with one large competition basketball court and two cross courts, indoor running track above gymnasium, two racquetball courts, fitness center, exercise room, men?s locker room, women?s locker room, auxiliary locker room, laundry room and staff area. The project will demolish 2,413 m2 of Building 456, the existing Fitness Center, and construct on the same site. The project will incorporate landscaping and incidental paving. The project site will accommodate anti-terrorism force protection (AT/FP) separation requirements and must meet the Minimum Construction Standards as stated in the ?Department of Defense Anti Terrorism Minimum Construction Standards for Buildings? dated 25 April 2001. Structural, glazing and mechanical and utility systems will be designed in accordance with this criterion. Sustainable Design features will be full investigated during the Design-Build phase and those items that provide the best return on initial cost will be incorporated into the Project. The estimated cost of this acquisition is between $12,000,000 and $13,300,000. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant federal government construction experience within the last 3 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Recent experience with Design-Construction Build team with prior experience on relevant projects as the project proposed above. 3. Include proof of bonding capacity in excess of $15 Million. 4. Provide proof of SBA certification for either 8a or HubZone status. 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. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, or HubZone small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Reggie Coney at reggie.coney@navy.mil or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Reggie Coney, Code OPT2AcqRC, P.O. Box 19000, (For Federal Express Purposes: 2155 Eagle Drive, N. Charleston, SC 29406) 29419-9010. Responses must be received by this office no later than Wednesday, March 1, 2006 by 3:00pm/EST.
- Place of Performance
- Address: Naval Air Station-Joint Reserve Base, Belle Chasse, LA
- Record
- SN00992664-W 20060224/060222212733 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |