SOURCES SOUGHT
C -- DESIGN BID BUILD BLDG NX-101 ADDITION AND RENOVATION TO NEXCOM HEADQUARTERS, VIRGINIA BEACH, VIRGINIA
- Notice Date
- 4/9/2013
- Notice Type
- Sources Sought
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008513R7743
- Response Due
- 4/23/2013
- Archive Date
- 5/8/2013
- Point of Contact
- Vivienne Moore
- E-Mail Address
-
ne.moore@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATION, OR DRAWINGS AVAILABE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic, Hampton Roads IPT is seeking eligible small businesses capable of performing requirements for a DESIGN BID BUILD BLDG NX-101 ADDITION AND RENOVATION TO NEXCOM HEADQUARTERS, VIRGINIA BEACH, VIRGINIA. This project will construct a (34,713 SF) three story addition adjacent to the Navy Exchange Service Command headquarters building (Bldg. NX-101, formerly known as the Beverly Building) to provide space required to correct ongoing space deficiencies, replace deteriorated modular office trailers and consolidate essential headquarters personnel from outlying locations. This project will also include selective demolition and interior renovations to portions of the (78,072 SF) existing facility to accommodate the new addition. Existing modular office buildings, placed on the site in 2001, shall be removed prior to construction. The project relocates and upgrades the existing data center into the proposed addition, in turn converting the remaining area for administrative use. Phased construction will be required to ensure the headquarters facility remains online throughout the project. The existing NEXCOM Headquarters was constructed in the early 1980s. The building is steel frame constructed with diagonally braced exterior walls and masonry exterior. The facility is built on a concrete slab foundation, has steel roof joists and low slope built-up roofing. The new addition will be steel frame constructed with precast concrete panel exterior inlaid with thin brick on a concrete slab foundation, low slope modified bitumen roof over steel framing, insulated steel doors and frames, and gypsum board over metal stud interior partitions. Supporting facilities include electrical utilities, mechanical utilities consisting of sewer and water, storm water drainage with storm water management, earthwork and landscaping, pavement, curb and gutter, sidewalks, access drives, force protection design/materials, fire protection, HVAC, power, communications, alarms, and technical operating manuals. Management of storm water shall be in accordance with existing low impact development (LID) guidelines and best management practices (Prince George County's Low-Impact Development Design Strategies/Hydrologic Analysis, July 1999) to ensure continued compliance with the Clean Water Act and the Chesapeake Executive Council Storm Water Directive 01-1. Anti-Terrorism/Force Protection standards will be incorporated into the design, development, and construction of the new addition in accordance with UFC 04-101-01, DoD Minimum Antiterrorism Standards for Buildings dated 9 February 2012. This project will include sustainable design measures in order to meet Executive Order 13123: Greening the Government Through Efficient Energy Management, shall obtain a LEED Silver level certification and comply with The Energy Independence and Security Act of 2007. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of this contract is August 2013. The NAICS code for this project is 236220. All Service-Disabled Veteran-Owned, certified HUBZone, certified 8(a), Women Owned Small Businesses and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. If you are an 8(a) contractor, please submit your SBA certification letter. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition in lieu of Full and Open competition is in the Governments best interest. This is a Market Research Tool being used to determine the availability and adequacy of potential Small Business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested Small Businesses submit to the Contracting Office a brief Capabilities Statement Package (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. Contractor Capability Packages to include the below items: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope of this project within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the NX-101 as described herein. (2) Company Profile to include the following: 1. Number of employees 2. Office location(s) 3. Active SAM Registration 4. Available bonding capacity per contract 5. DUNS number 6. CAGE Code 7. Small business designation/status claimed (3) If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. RESPONSES ARE DUE NLT April 23, 2013 at 2:00 PM (EST). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commanding Officer Commander Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads IPT Acquisition Office Attn: Vivienne Moore Building Z-140, Room 219 9742 Maryland Avenue Norfolk, Virginia 23511-3095 or via express mail to: Commanding Officer Commander Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads IPT Acquisition Office Attn: Vivienne Moore Building Z-140, Room 219 9324 Virginia Avenue Norfolk, Virginia 23511-3095 Electronic submission of the statement of capabilities package will NOT be accepted. Questions or comments regarding this notice may be addressed in writing to Vivienne Moore via email at vivienne.moore@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R7743/listing.html)
- Record
- SN03031933-W 20130411/130409234412-ee0d1cc7a5e198dcf91c904d173043d4 (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 |