DOCUMENT
Y -- Small Business Sources Sought for P-256 EA-18G Maintenance Hangar, NASWI - Attachment
- Notice Date
- 11/23/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
- Solicitation Number
- N4425517MKTG3
- Response Due
- 12/7/2016
- Archive Date
- 12/7/2017
- Point of Contact
- Andy Hart; Andrew.e.hart@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice 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 $36.5M, 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 adequate responses 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. This is a Military Construction (MCON) project; P-256 EA-18G Maintenance Hangar at Naval Air Station Whidbey Island, WA. The general scope of this requirement is for the Design / Build Construction of a ~56,000 SF maintenance hangar in support of the EA-18G Growler aircraft. The facility will provide high-bay space for aircraft maintenance, maintenance shops, open bay warehouse for aircraft equipment, and administrative spaces. The hangar facility construction will include a steel framing system, concrete exterior walls with metal cladding, concrete/ steel composite deck, and metal roof. 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. Built-in equipment includes an Aqueous Film Forming Foam (AFFF) fire suppression system with collection trenches, including storage tanks with leak detection for containment of the AFFF solution. This project includes an uninterruptable power supply unit, generator for hangar doors and one elevator will be installed in the shops and administration spaces portion of the facility. The project will also include installation of temporary hangar facilities and squadron administrative trailers for four aircraft, and construct a Mobile Maintenance Facility pad of approximately 32,000 SF. The estimated total contract price range, per DFAR 236.204, is between $25,000,000 and $100,000,000. This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act “ Construction Materials under Trade Agreements. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding and the capability to perform a design-bid-build construction contract for work similar in size, scope and complexity. 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. The total number of pages is limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and two single sided 8 ½ x 11 pages for a cover letter. 1) Name of the Firm, DUNS number, address and point of contact information. 2) 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/. 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 seven (7) years, with projects that are similar in size, scope, and complexity as indicated below. Size: oScope Elements #1- #2: Minimum facility size of 20,000 square feet oScope Elements #3 - #4: N/A oScope Element #5: Minimum structure size of 5,000 square feet Scope: oScope Element #1: Construction of large open bay facilities, such as aircraft hangars, other than Pre-Engineered Buildings (PEB) oScope Element #2: Construction of pile supported foundations oScope Element #3: Construction of Secured Classified Information Spaces (SCIF) oScope Element #4: Construction of Flight-Line Electrical Distribution Systems (FLEDS) oScope Element #5: Installation of tension fabric structures Complexity: Managing the sequence of activities in a construction schedule to complete multiple facilities with different delivery dates. If the Offeror is a Joint Venture (JV), relevant experience should be submitted by the JV entity. If the JV has no combined experience, at least one relevant project from each member shall be submitted. Every project shall meet at least one scope element, and the corresponding minimum size to be considered relevant. Each of the scope and complexity elements must be demonstrated at least once within the relevant projects. a)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 Projects that do not include all information requested will not be considered when determining if qualified experience has been demonstrated. Please respond to this Sources Sought announcement by 2:00 p.m. December 7, 2016 to Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Andy Hart, 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. All solicitations for NAVFAC Northwest are available at https://www.neco.navy.mil/ by searching the synopsis database using Unit Identification Code (UIC) N44255. No reimbursement will be made for any costs associated with information provided 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/N4425517MKTG3/listing.html)
- Document(s)
- Attachment
- File Name: N4425517MKTG3_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N4425517MKTG3_Sources_Sought_Info_Form.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N4425517MKTG3_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: N4425517MKTG3_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N4425517MKTG3_Sources_Sought_Info_Form.doc)
- Place of Performance
- Address: Naval Air Station Whidbey Island, Oak Harbor, WA
- Zip Code: 98277
- Zip Code: 98277
- Record
- SN04335466-W 20161125/161123233826-8ba54c71adbaa8bd15fae9848f86f474 (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 |