SOURCES SOUGHT
Y -- P1280 2D Radio Battalion Complex Operations Consolidation
- Notice Date
- 1/8/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 6506 Hampton Blvd Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008516R5507
- Response Due
- 1/22/2016
- Archive Date
- 9/30/2016
- Point of Contact
- Elizabeth Carmack 757-341-1654
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. 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 Naval Facilities Engineering Command Midlant (NAVFACMIDLANT) is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HubZone Small Business (HubZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability of performing construction services for 2D Radio Battalion Complex Operations Consolidation Marine Corps Base Camp Lejeune Jacksonville N.C.,. Responses must include identification and verification of the companys small business status. The proposed project will include the construction of two buildings with reinforced masonry walls, brick veneer, reinforced concrete floors and standing seam metal roofs and a 500 space privately owned vehicle parking area. Building A has a gross square footage of 21,345 and Building B is a Controlled Area with a gross square footage of 54,888. The contract will be for a term of approximately 745 days. The estimated cost for this project is between $25,000,000 and $100,000,000. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $36.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. 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 seven years that are similar to the construction work and of similar size, scope and complexity (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 shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. For purposes of this synopsis, relevant project is defined as follows: Similar size: 50,000 SF or greater for covered structures and project value of $30,000,000 or greater. Similar Scope: 1) New construction of a multi building complex. Similar Complexity: 1. Project(s) demonstrating the ability to manage a construction project with third party security and controlled access to the work site. 2. Project(s) demonstrating experience relating to: high security facilities in accordance with Intelligence Community Standards, installation of high performance energy systems and performing enhanced commissioning of a building. 3. Provide recent project examples performed by you as the prime contractor that have been awarded certification from a registered third party certification organization. Note: Project(s) must have achieved final certification. 4. Project(s) demonstrating experience in complying with environmental permits in the state of North Carolina. 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 five project requirement. All responses shall include: (1) Numbers of contracts and indicate whether your participation as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $40,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. (3) If you are proposing as an 8(a) Mentor Protégé, please 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 by JANUARY 22,2016 2:00P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Elizabeth Carmack); 9324 Virginia Ave., Bldg. Z140, Room 114; Norfolk, VA 23511. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at elizabeth.carmack@navy.mil This project is located at Marine Corps Base Camp Lejeune Jacksonville N.C.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4aac923ee5498d0310f45ae387340582)
- Place of Performance
- Address: 1005 Michael Road, Camp Lejeune, NC
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN03986611-W 20160110/160109132612-4aac923ee5498d0310f45ae387340582 (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 |