DOCUMENT
Y -- P1320 - DESIGN-BID-BUILD, Bachelor Enlisted Quarters (BEQ), Marine Corps Base Camp Lejeune, North Carolina - Attachment
- Notice Date
- 2/28/2018
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
- Solicitation Number
- N4008518R0610
- Response Due
- 3/15/2018
- Archive Date
- 12/31/2018
- Point of Contact
- Michael Brice 757-341-0695
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE FOR P1320 - DESIGN-BID-BUILD, Bachelor Enlisted Quarters (BEQ), Marine Corps Base Camp Lejeune, North Carolina Notice Type: Sources Sought Solicitation No: N40085-18-R-0610 Response Date: 3/15/18 2:00 PM Eastern Time Classification Code: Y NAICS Code: 236220 Magnitude of Construction: Between $10,000,000 and $25,000,000 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 project: BEQ P1320 will construct a three (3) story Bachelor Enlisted Quarters (BEQ). Construction will be interior and exterior non-loading concrete masonry unit walls, structural steel framing, brick veneer, reinforced concrete pile foundations, reinforced concrete slab floors, window tinted glass and standing seam metal roofing over insulated metal decking. BEQ is designed with construction features to resist progressive collapse. BEQ will have open bay sleeping areas, multi-purpose lounge areas, laundry facilities, elevators, elevator equipment room, telecommunications rooms, duty room, storage areas, administrative/reception area, housekeeping areas, covered patio and public restrooms. The building footprint will be approximately 72,000sf. VMF/W The project will also construct a combined Vehicle Maintenance Facility and Warehouse Facility. Construction will be a one (1) story high bay structural steel framing with interior and exterior reinforced concrete masonry unit walls. Facility will have brick veneer, and standing seam metal roof over insulated metal decking. Foundations shall be concrete spread footings with exterior grade concrete mat floor. The facility will have administrative spaces, shower facilities and restroom facilities. The building footprint will be approximately 3,000sf. Both facilities will require site work and utilities installation. Demolition This project will also require the demolition of Buildings M309, M316, M318 and M321. These buildings are concrete masonry buildings on a concrete slab with metal seam roof structure. The building footprint to be demolished by the removal of the buildings is approximately 20,000sf. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), 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. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states that śThe concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. ť This office anticipates award of a contract for these services in September 18. The North American Industry Classification System (NAICS) Code for this project is 236220, with a small business size standard of $36,500,000. 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. Contractor must be able to demonstrate a per of at least project bonding capability $20,000,000 Note: If you are submitting as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ©. 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 pages 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 seven (7) years that best demonstrates your experience on projects that are similar in size, scope, and complexity 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: Size: 50,000 sf or greater for covered structures and a final construction cost of $20,000,000 or greater. Scope: New Construction or renovation of interior/exterior architectural, structural, mechanical, electrical and fire protection systems. Complexity: Multi-story housing facilities (such as Bachelor Enlisted Quarters, Barracks, College Dormitories, and Hotels with attached conference centers/activity rooms) with high performance mechanical systems and controls. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Michael Brice at michael.brice@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: 3/15/2018 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5bbfa4d746387cc415c75599a91d1575)
- Document(s)
- Attachment
- File Name: N4008518R0610_N4008518R0610_Sources_Sought_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0610_N4008518R0610_Sources_Sought_Project_Information_Form.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R0610_N4008518R0610_Sources_Sought_Project_Information_Form.docx
- File Name: N4008518R0610_N4008518R0610_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0610_N4008518R0610_Contractor_Information_Form.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R0610_N4008518R0610_Contractor_Information_Form.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008518R0610_N4008518R0610_Sources_Sought_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0610_N4008518R0610_Sources_Sought_Project_Information_Form.docx)
- Place of Performance
- Address: 1005 Michael Road, Camp Lejeune, NC
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN04838465-W 20180302/180228231707-5bbfa4d746387cc415c75599a91d1575 (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 |