Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2013 FBO #4164
DOCUMENT

Y -- Design-Build Construction Contract, P-251 Tactical Operations Center (TOC) and Mobile Tactical Operations Center (MTOC), P-8A - Attachment

Notice Date
4/17/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
Solicitation Number
N4425514MKTG3
 
Response Due
4/30/2013
 
Archive Date
5/15/2013
 
Point of Contact
Harlan Gaulden
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
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 Commercial and Institutional Building Construction. The applicable size standard is $33.5 M, 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 project will be located at Naval Air Station Whidbey Island, WA. The general scope of this requirement contains three separate program areas: 1. Demolish Operational Facility Storage Facility (Bldg 2704). Building is on site for new building. 2. Design Build (DB) construction of approximately 26,000 square foot (sq ft) new low rise Tactical Operation Center (TOC) Facility and CPRW Ten Headquarters. Site will require a pile driven foundation and utility upgrades. Facility will contain classified spaces. 3. DB renovation and conversion of existing 20,000 sq ft Tactical Support Center (B2771) to new Mobile Tactical Operations Center (MTOC). Renovation to the maintenance and administrative spaces will be required under this proposed action. Facility will contain classified spaces. Demolition with hazardous waste disposal may be required. The estimated total contract price range, per DFAR 236.204, is between $10,000,000 and $25,000,000. 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, modification and renovation of hangars or similar type facilities consisting of large bay doors, maintenance and administrative spaces. The firm needs to demonstrate experience performing seismic upgrades to hangars or similar type facilities as presented in the proposed scope of work. The firm is also required to demonstrate experience performing simultaneous design and construction on similar sized design build type projects. Design management experience is required. Submission Requirements: 1) Name of the Firm, DUNS number, address and point of contact information. 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 11 single sided 8 ˝ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ˝ x 11 pages for a cover letter. 2) Identify the size of your company (i.e. SBA certified 8(a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Small Business concern, and/or a large business.) For more information on the definition or requirements for these, refer to http://www.sba.gov/. For Joint Ventures or mentor-protĂ©gĂ© ™s, clearly describe the relationship and business size of all participants. 3) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify that you are willing to work at the specified location. 5) 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 five (5) years. Firms must demonstrate experience in the design and construction/renovation of facilities that are similar in size, scope, and complexity as indicated in this announcement. Firm must demonstrate the following special experience within the 5 projects submitted: Design management experience in a Design Build contract Renovations including all major facility components and utilities New vertical facility construction Installation of pile supported foundations Constructing classified operating spaces A project must meet the following requirements in order to be considered: Minimum project cost of $10,000,000 (for a single project, not an IDIQ basic contract) Contract completion no earlier than 1 Dec 2008 Size of renovated facilities must be at least 10,000 sq ft Size of newly constructed facilities must be at least 20,000 sq ft No size requirement for classified operating spaces Pre Engineered Building (PEB) experience will NOT be considered as relevant experience 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 Identify if design-build or design bid build Contract completion date Customer point of contact including phone number Narrative description of the product/services provided by your firm Identify whether your firm has in-house engineering capacity or uses an A-E firm to provide design services in analyzing and performing seismic upgrades as listed in this announcement. Indicate whether you have an established working relationship with the design firm. Please respond to this sources sought announcement by 2:00 p.m. Friday, April 30, 2013 to Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Harlan śNeal ť Gaulden, ACQ3.1.HG, 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-NW 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/N4425514MKTG3/listing.html)
 
Document(s)
Attachment
 
File Name: N4425514MKTG3_P-251_Sources_Sought_Info_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4425514MKTG3_P-251_Sources_Sought_Info_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4425514MKTG3_P-251_Sources_Sought_Info_Form.pdf

 
File Name: N4425514MKTG3_P-251_Sources_Sought_Info_Form.docx (https://www.neco.navy.mil/synopsis_file/N4425514MKTG3_P-251_Sources_Sought_Info_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4425514MKTG3_P-251_Sources_Sought_Info_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Station Whidbey Island, Oak Harbor, WA
Zip Code: 98278
 
Record
SN03039222-W 20130419/130417234921-6a9614d85848ef5b2ff4a2be8111352f (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 |
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.