SOLICITATION NOTICE
Y -- P995 – Design-Build (DB) Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station (NWS) Yorktown in Yorktown, Virginia. - Project Information Form - Contractor Information Form
- Notice Date
- 1/20/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic, Code AQ, 9742 Maryland AV., Norfolk, Virginia, 23511
- ZIP Code
- 23511
- Solicitation Number
- N4008517R0327
- Point of Contact
- Vivienne Moore, Phone: 757-341-1967, Sidnia Finke, Phone: 757-341-1655
- E-Mail Address
-
vivienne.moore@navy.mil, sidnia.finke@navy.mil
(vivienne.moore@navy.mil, sidnia.finke@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the following: P995 - Design-Build (DB) project is to construct a new multi-story Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station (NWS) Yorktown in Yorktown, Virginia. The project is part of a multi-phase consolidation of the Marine Corps Security Force Regiment. The BEQ will be a maximum of 78,727 SF with 127 Marine Corps 2+0 rooms. The new facility will be designed to satisfy all applicable Navy and Marine Corp UFC's. The building will be constructed such that it satisfies all requirements of Anti-Terrorism and Force Protection. A progressive collapse analysis will be required and incorporated into the design as required by current standards. Project site work will include utilities, paving and landscaping. The new building systems will include, but not be limited to; fire protection, heating, ventilation, air-conditioning, plumbing, and electrical power and lighting. Building utility connections will include, but not be limited to; water, natural gas, sanitary sewer, electricity, telephone and data. Firms shall demonstrate a minimum bonding capacity per project of at least $32,000,000. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and 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 December 2017. The appropriate NAICS Codes is 236220, with a small business size standard of $36.5 million. 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 (no more than 15 pages total) demonstrating the ability to perform the requested services. All responses shall include the following: 1. Completed SOURCES SOUGHT - CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding. Note: If you are submitting 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. 2. Completed SOURCES SOUGHT - PROJECT INFORMATION FORM (form attached) for each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to two page per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) and a maximum of five (5) 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 to this project. The attached construction experience project data form shall be utilized to demonstrate experience. For purposes of this sources sought, a relevant project is defined as follows: Experience: Size: Facility of at least 50,000 total square feet. Scope/Complexity: New construction of a multi-unit residential living facility, such as a Bachelor Quarters, dormitory, condominium, or apartment building. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Vivienne Moore, Vivienne.moore@navy.mil, and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN FRIDAY, FEBRUARY 3, 2017 at 2:00 PM Eastern. LATE RESPONSES WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R0327/listing.html)
- Record
- SN04376442-W 20170122/170120233843-bef373773037524ebec50f4d2fb64e07 (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 |