DOCUMENT
Y -- P-714, DB, Unaccompanied Housing, Naval Station Great Lakes, IL - Attachment
- Notice Date
- 11/23/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008517R5008
- Response Due
- 12/7/2016
- Archive Date
- 12/22/2016
- Point of Contact
- Abigail Ferdon, Abigail.ferdon@navy.mil, (757)341-1976
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing two phase design-build construction services for Military construction (MILCON) project P-714, Unaccompanied Housing, located at Naval Station Great Lakes, IL. The work includes the construction of a 166,000 square foot multi-story masonry and concrete housing complex for enlisted military personnel. P-714 shall have sloped metal roof, heating, ventilation, air conditions, fire protection sprinklers and alarms, data and telephone wiring, underground conduit, wiring, communication and utilities. The complex shall contain 308 Naval Education Training Center (NETC) dorm rooms along with support spaces. Maximum occupancy shall be 616 E1-E4 students. Each Navy NETC dorm room shall include a double occupancy living/sleeping area, a shared bathroom to include a toilet, vanity cabinet with countertop and lavatory, and shower compartment, a service area to include base and wall cabinets, countertop, sink and refrigerator, and two lockable individual closets. In addition to the individual sleeping rooms, the facility shall include core common areas, an entrance vestibule and quarterdeck, public head, a dayroom/multi-purpose room, a laundry room on each level supporting commercial-grade washers and dryers, lounge(s), computerized classrooms supporting Training Network (TRANET) infrastructure, NMCI server room, vending/ kitchen area, a passenger/freight elevator, stair tower(s), janitor s closet(s)/ storage/ mop rooms, two administrative office rooms, and facility support spaces to include mechanical space, electrical space, telecommunications space, and fire protection. There is no galley in this project. The planning and design of P-714 shall consider the architectural and site planning implications of the adjacent 800 series barracks complex, such as building orientation, site access, and views. P-714 will share a common pedestrian walkway/fire lane with the 800 series barracks along the east edge of the site. The Main Entrance of P-714 shall be oriented toward this pedestrian walkway. Demolition includes unaccompanied housing buildings B-534 and B-131H. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The budget amount for this project is $62,163,000. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services by July 2017. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A relevant project is further defined as: Size: Facility of at least 125,000 total square feet and a final construction cost of $40,000,000 or greater. Scope: New construction of a multi-story (minimum of three stories), multi-unit living facility, such as a hotel, lodge, bachelor s quarters, dormitory, condominium, or apartment building. Complexity: Structural frame consisting of reinforced concrete or structural steel. Ensure that the project description clearly identifies whether the project is new construction or renovation, provides the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested. This notice 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 ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 07 DEC 2016 at 2:00 PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Abigail Ferdon at abigail.ferdon @navy.mil. Attachments are limited to a total of 5MB. Special Notice for Potential Project Labor Agreement In accordance with Executive Order 13502, as implemented by FAR Subpart 22.5, NAVFAC MIDLANT is considering the potential use of a Project Labor Agreement (PLA) on this project. Any PLA reached pursuant to EO 13502 shall: (a) bind all contractors and subcontractors on the construction project through the inclusion of appropriate specifications in all relevant solicitation provisions and contract documents; (b) allow all contractors and subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; (c) contain guarantees against strikes, lockouts, and similar job disruptions; (d) set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the project labor agreement; (e) provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; and (f) fully conform to all statutes, regulations, and Executive Orders. As an additional element of our market research effort, we are seeking responses from both small and large businesses regarding the potential use of a PLA on this project. Please discuss how the use of a PLA could potentially affect economy and efficiency, labor-management stability, competition, etc. Responses are requested regardless of position.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R5008/listing.html)
- Document(s)
- Attachment
- File Name: N4008517R5008_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008517R5008_Contractor_Information_Form.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R5008_Contractor_Information_Form.docx
- File Name: N4008517R5008_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008517R5008_Project_Information_Form.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R5008_Project_Information_Form.docx
- File Name: N4008517R5008_Project_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008517R5008_Project_Matrix.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R5008_Project_Matrix.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008517R5008_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008517R5008_Contractor_Information_Form.docx)
- Record
- SN04335870-W 20161125/161123234154-36626a8f23f2f9ccbfb02595720129dc (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 |