DOCUMENT
Y -- DESIGN BUILD CONSTRUCTION OF MARINE FORCE RESERVE CENTER, DAM NECK, VIRGINIA. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION OR SPECS AT THIS TIME - Attachment
- Notice Date
- 11/4/2015
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARFORRES FST 520 Dewey Ave, Building 5 Great Lakes, IL
- Solicitation Number
- N4008516R3602
- Response Due
- 11/17/2015
- Archive Date
- 5/30/2016
- Point of Contact
- Contract Specialists: Amy Franks amy.j.franks@navy.mil
- E-Mail Address
-
Contract Specialist
(amy.j.franks@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command, Mid-Atlantic, Marine Forces Reserve (MARFORRES) Facility Support Team (FST) is seeking eligible small business firms capable of performing requirements for P-152 Design-Build new construction of Marine Force Reserve Center, Dam Neck, Virginia. P-152 This design-build project includes construction of: a 40,000 SF reserve training facility; 14,000 SF of covered parking shelters for Amphibious Assault Vehicles (AAVs); 7,000 SF high bay combat vehicle maintenance facility; 4,000 SF standalone pre-engineered metal high-bay storage building; vehicle wash rack; and may include renovations to existing facilities. Work includes but is not limited to site clearing, grading, paving, landscaping, fencing and access control, communications and utility infrastructure, low-impact storm water development, intrusion detection, fire alarm, fire protection, mass notification, specialized trainer rooms, vehicle exhaust and lubrication systems, procurement of furnishings, federal guiding principles (sustainability) and anti-terrorism force protection compliance. This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations and physical security in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. The estimated cost of magnitude for this project is $10-$25 million. ALL 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. This office anticipates award of a contract for these services no later than September 2016. The appropriate NAICS Code is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It 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 using the Sources Sought Questionnaire provided as an attachment to this notice to demonstrate ability to perform the requested services. In order to be included in the market research results, OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM), AND SAM MUST ACCURATELY DISPLAY YOUR SIZE AND OTHER INFORMATION. If a Joint Venture (JV), your SAM records must reflect that your JV is active. If an 8(a) company, please submit a list of the cities in which you have bona fide offices. Capabilities statements shall address, as a minimum, the following: Submit (using the questionnaire) a minimum of one (1) and a maximum of four (4) relevant construction projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. Of the projects submitted, at least one must be an administrative and training facility. For purposes of this synopsis, relevant project is defined as follows: Similar size: 35,000 SF or greater and project value of $10,000,000 or greater. Similar Scope: New construction projects of Vehicle Maintenance, Administrative and Training Buildings. Similar Complexity: Project(s) demonstrating similar complexity need not be of similar size or scope as P-152 (see description at the beginning of this document), but shall meet the following criteria: -Project(s) demonstrating technically challenging building and site programming requirements. -Project(s) demonstrating buildings with special security and/or Anti-terrorism Force Protection (ATFP) requirements. -Project(s) demonstrating extensive site/utility work. -Project(s) for new construction (design-build) work. -Projects involving extensive furniture, fixtures and equipment. -Project(s) demonstrating the ability to maintain compliance with environmental permits in the state of Virginia. Though requirements listed under complexity are mandatory, it is not required that all be included in one project. Requirements are allowed to be listed throughout the maximum four project requirement. All responses shall include: (1) The attached NAVFAC Sources Sought Questionnaire The Description box on the questionnaire shall include the Contract Number, square footage, Government Agency/Private Entity for which the work was performed, and a brief description of how the contract referenced relates to the technical services described herein. The rest of the questionnaire is self-explanatory and all boxes should be filled out as applicable. NOTE: EMR is to be provided for years 2012, 2013 and 2014. If you print out the questionnaire, different years may show up on the form. Disregard these years and provide your EMR for years 2012, 2013 and 2014. (2) Company Profile (no more than one page) to include number of employees, office location(s) and any other information you feel is pertinent and relevant to P152. In order to allow for timely review of submittals, we ask that you please not provide unnecessary information. (3) If you are proposing as an 8(a) Mentor Protégé, indicate the percentage of work to be performed by the Protégé and a copy of the SBA letter stating that your Mentor Protégé agreement has been approved. RESPONSES ARE DUE ON 17 November, 2015 by 2:00 P.M. C.D.T. LATE RESPONSES WILL NOT BE REVIEWED. Electronic submissions of the Statement of Capabilities Packages are preferred, and should be sent via email to amy.j.franks@navy.mil. If you are submitting by mail, your package should be sent to the following address: Naval Facilities Engineering Command, Mid-Atlantic, MARFORRES (FST) (ATTN: Amy Franks; 520 Dewey Avenue, Bldg. 5; Great Lakes, IL 60088. Questions or comments regarding this notice may be addressed by email to amy.j.franks@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1bda816f65e6f25a7d1e63f0e4cddc65)
- Document(s)
- Attachment
- File Name: N4008516R3602_Sources_Sought_Questionnaire_Dam_Neck.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3602_Sources_Sought_Questionnaire_Dam_Neck.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008516R3602_Sources_Sought_Questionnaire_Dam_Neck.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008516R3602_Sources_Sought_Questionnaire_Dam_Neck.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3602_Sources_Sought_Questionnaire_Dam_Neck.pdf)
- Place of Performance
- Address: NAS Oceana Dam Neck Annex, Dam Neck, VA
- Zip Code: 23454
- Zip Code: 23454
- Record
- SN03938093-W 20151106/151104235044-1bda816f65e6f25a7d1e63f0e4cddc65 (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 |