DOCUMENT
Z -- Maintenance, Repair or Alteration of Real Property - Attachment
- Notice Date
- 9/6/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
- Solicitation Number
- N4425513MKTG3
- Response Due
- 9/20/2012
- Archive Date
- 9/30/2013
- Point of Contact
- Andy Hart
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- Description This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 236220, Industrial Building Construction. The applicable size standard is $33.5 million average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, 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 general scope of this requirement is a Firm-Fixed Price (FFP) Design Bid Build (DBB) Construction Contract for seismic upgrades and renovation of a 23,000 square foot fire station and ship services support facility, Building 435 at the Naval Base Kitsap - Bremerton, in Bremerton, WA. The type of work may include, but is not limited to: comprehensive seismic upgrades, American Disabilities Act (ADA) and health/life-safety upgrades. The project includes structural upgrades, fire station, bay door & living quarters upgrades, kitchen, cafeteria, restroom and offices repair/renovation, reconfiguration of 2nd & 3rd floor spaces and demolition of an abandoned area. The project also includes re-roofing, window replacement, signage, egress, elevator, stair tower and fire protection system upgrades to current standards. The mechanical scope includes removal of steam distribution system, HVAC installation, and refrigerant flow system repair. The project also includes the renovation of receiving spaces at a separate location. The project will be located on Naval Base Kitsap Bremerton. The estimated total contract price range, per DFARS 236.204, is between $25,000,000 and $100,000,000. This procurement shall be in accordance with FAR 52.225-9/11/12, Buy American Act “ Balance of Payments Program “ Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract for the design and construction of a multi-story training and administrative facility with high bay training spaces, including procurement and installation of FF&E. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ½ x 11 pages for a cover letter. 1) Experience: Using the Sources Sought Information Form, submit a maximum of five (5) projects describing the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience similar in size, scope, and complexity as defined below. Within the projects submitted, all types of the following work must be represented: Size: $10,000,000 and greater (for a single project, NOT an IDIQ contract). Scope: Building renovations, seismic/structural upgrades, and roof replacements. Complexity: Projects requiring phasing and/ or tenant occupied renovations. Projects must have had a construction completion no earlier than 21 September 2008 in order to be considered. For each of the contracts/project submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; if design-build or design-bid-build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. 2) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Identify that you are willing to work at the specified location. 4) Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. Please respond to this sources sought announcement by 2:00 p.m. Thursday, September 20, 2012 to Naval Facilities Engineering Command Northwest, Non-Regional Acquisition, Attn: Andrew Hart, code TTA00.AH, 1101 Tautog Circle, Silverdale, WA 98315. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC Northwest will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425513MKTG3/listing.html)
- Document(s)
- Attachment
- File Name: N4425513MKTG3_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N4425513MKTG3_Sources_Sought_Info_Form.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N4425513MKTG3_Sources_Sought_Info_Form.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4425513MKTG3_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N4425513MKTG3_Sources_Sought_Info_Form.doc)
- Place of Performance
- Address: Naval Base Kitsap - Bremerton, Bremerton, WA
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN02870235-W 20120908/120906235825-afbbe4bbc701fc163bdd2e5c9a81c1b9 (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 |