DOCUMENT
Y -- N40080-17-R-7389 - SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD REPAIR SOLID STATE ELECTRONIC DEVICES LABORATORY BLDG. 74/81 - Attachment
- Notice Date
- 8/18/2017
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- Solicitation Number
- N4008017R7389
- Response Due
- 9/2/2017
- Archive Date
- 3/30/2018
- Point of Contact
- Pat Martin - patricia.d.martin@navy.mil
- Small Business Set-Aside
- N/A
- Description
- N40080-17-R-7389 - SOURCES SOUGHT NOTICE FOR “ DESIGN BID BUILD - REPAIR SOLID STATE ELECTRONIC DEVICES LABORATORY BLDG. 74/81, NAVAL RESEARCH LABORATORY (NRL), WASHINGTON, DC THIS IS NOT A SOLICITATION ANNOUNCMENT. The Naval Facilities Engineering Command, Washington, DC is seeking eligible small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses firms capable of performing the construction of: Solid State Electronic Devices Laboratory “ Bldg. 74/81, Naval Research Laboratory (NRL), Washington, DC. In accordance with DFARS 236.204(i), the magnitude of this project is between $10,000,000 and $25,000,000. All small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond. Large business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of unrestricted, full and open competition is in the Government ™s best interest. The appropriate NAICS Code is 236220 Commercial and Institutional Building Construction. This synopsis is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. PROJECT DESCRIPTION: NRL 74 Renovate Building (Solid State Lab): The project consists of Repair and or Construction of the Solid State Electronic Device Laboratory, Building 74/81 (single building), located at the Naval Research Laboratory Installation in Washington, DC. This building provides research, testing, clean room and laboratory facilities for the electronic science and technology mission and will solicited as design bid build. The building is currently 19,579 gross square feet (GSF) and is unoccupied. The total expansion consists of 10,772 GSF of new floor area. Construction and modifications to the existing building will increase the GSF to 30,301 GSF. The repair will consist of selective demolition, renovation, restoration and new construction within the existing building. Demolition work includes the removal of the 24 ¯ thick concrete slab, below grade utilities such as, but not limited to sanitary piping, water lines and electrical conduits, mechanical, electrical, plumbing and architectural components. Demolition will also include removal of the roof covering and selected demolition of the windows and the removal of a long span horizontal crane. The renovation includes replacement and repair of structural and architectural systems including steel framing, second floor assembly, roof, windows, doors, exterior finishes, exterior egress stairs, elevator, partitions, interior finished, laboratory facilities and abatement of hazardous materials. The renovation also includes replacement of mechanical and electrical systems including controls, chilled water system, air handling system, fire protection, clean room and laboratory systems (water, gas, ventilation, pressurization, and filtration), lighting, power and electrical distribution. The new construction includes an addition containing an elevator and two stairways and a new second floor system containing 9,576 square feet and consisting of a steel frame with new concrete foundations. A new 24 ¯ thick concrete slab at the first floor is included in the project. The building will be used for clean room laboratories associated with electronic devices and sensitive research. Certain labs require vibration control components in the base building. A new roof will be installed. A portion of the first floor (1,500 sf) will require a new one story pre-engineered building approximately 24 feet high. The exterior of the pre-engineered building will be a pre-finished metal faƧade and roof system. New windows are required and will be ATFP compliant. Patching of the existing wall openings and exterior insulation finish system is required. Site work consists of grading, selective paving and new storm water management components. The new mechanical system will consist of forced air units in conjunction with two air chilled chillers for approximately 385 tons of capacity. There are multiple roof top units, distribution ducts within the existing building envelope and a large centrally located mechanical shaft (vertical). The integration of new ducts within the existing roof trusses is required. There are two exhaust systems, one for core spaces and a second for laboratory operations (inclusive of fume hoods). Plumbing systems include new sanitary waste lines, domestic water, fire protection system and deionizing with reverse osmosis water system. The electrical requirements consists of a new transformer (18.7 kV) underground, two primary 15kV primary fused switches of a new single ended substation. A liquid filled transformer with a 2500 kVa, 480Y/277 volt, 3 phase, 4-wire secondary service is required. Multiple panel boards are a part of the project scope rated at 480Y/270 and 208Y/120 volt service. Power distribution, hard wire connections and lighting are a part of the general electrical scope. The estimated normal power demand load is 2,466 kVa. A new diesel-fired liquid standby generator will be required with a rated power of 300kW. Work components include; new site related components (demolition, excavation, paving, storm water management and landscaping), selective demolition, patching, removal and disposal of hazardous materials, foundations, reinforced slab on grade, elevated slab over steel framing, wall assemblies, roof assemblies, interior partitions, windows, doors, finishes, stairways, elevator, lift, laboratory casework, HVAC systems inclusive of controls, plumbing, fire protection, built in components and electrical components/systems. This documentation shall address, as a minimum, the following: (1) Relevant Experience, no more than two (2) projects, to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, square footage, 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. No more than two relevant projects shall be submitted. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (3) Statement regarding Bonding Capabilities to include a minimum of $25M for a single project. The package shall be sent by mail to the following address: Naval Facilities Engineering Command, (NAVFAC) Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Pat Martin). Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 02 September 2017. Questions or comments regarding this notice may be addressed to Pat Martin, (202) 685-6293; patricia.d.martin@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008017R7389/listing.html)
- Document(s)
- Attachment
- File Name: N4008017R7389_Sources_Sought__NRL_Bldg_74_lmn_edits_15_Aug_(3).doc (https://www.neco.navy.mil/synopsis_file/N4008017R7389_Sources_Sought__NRL_Bldg_74_lmn_edits_15_Aug_(3).doc)
- Link: https://www.neco.navy.mil/synopsis_file/N4008017R7389_Sources_Sought__NRL_Bldg_74_lmn_edits_15_Aug_(3).doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008017R7389_Sources_Sought__NRL_Bldg_74_lmn_edits_15_Aug_(3).doc (https://www.neco.navy.mil/synopsis_file/N4008017R7389_Sources_Sought__NRL_Bldg_74_lmn_edits_15_Aug_(3).doc)
- Record
- SN04637208-W 20170820/170818232554-0403252b5b0da1f5d332595f276d9381 (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 |