DOCUMENT
Y -- P152 DESIGN-BUILD, Reserve Training Center Complex, JEB Little Creek, Virginia Beach, VA - Attachment
- Notice Date
- 4/20/2018
- 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
- N4008518R0621
- Response Due
- 5/4/2018
- Archive Date
- 12/31/2018
- Point of Contact
- Georgia Scott 757-341-0691
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE FOR P1320 -DESIGN-BUILD, Reserve Training Center Complex, JEB Little Creek, Virginia Beach, VIRGINIA Notice Type: Sources Sought Solicitation No: N40085-18-R-0621 Response Date: 5/04/18 1:00 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: P152 - DESIGN-BUILD, Reserve Training Center Complex. This Project will design and construct an approximately 40,000 SF Joint Reserve Center facility at JEB Little Creek Base Norfolk, Virginia for Joint Marine and Navy operations. The low-rise reinforced concrete and steel-framed building will be of permanent construction with masonry exterior walls and gypsum board interior walls, concrete floors, and pile foundation. The Joint Reserve Center areas include an assembly hall, classrooms, medical exam rooms, conference room, storage, crews lounge, administrative areas, recruiting office, toilets/locker room/showers, janitorial space, and mechanical equipment spaces. The Marine Corps exclusive use areas include active duty administrative offices, unit conference space, administrative space, supply/storage areas, recruiting space, armory, shops for communications equipment maintenance, multi-media/LAN control center, NEXGEN secure and equipment room, Firearm Training Simulator (FATS), training aids storage, exercise and double locker room area. Supporting facilities include fire alarm and suppression systems and exterior security lighting. 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 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 in March 19. 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 $15,000,000 Note: If you are submitting as an 8(a) Mentor Protégé, please indicate the percentage of work to be performed by the Protégé. 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: Similar size: 35,000 SF or greater Similar Scope: New construction of military reserve/training center or similar multi-function facility that includes administrative space, classrooms, and large open spaces (ie: multi-purpose area, gym, drill hall). Similar Complexity: Project(s) demonstrating similar complexity need not be of similar size or scope. 1. Provided HVAC system commissioning 2. Provided construction to meet special or complex security requirements Note: For complexity, the submitted relevant project experience shall demonstrate the two complexity characteristics noted above. Each relevant project does not need to demonstrate all of the characteristics listed above; however, the relevant projects submitted must collectively demonstrate all of the items. The Offeror s body of work as a whole will be reviewed to ascertain if it possesses all of these characteristics, taken as a whole. Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Georgia Scott at georgia.scott@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: 5/4/2018 AT 1:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/03f8fdf10915ede265f9ad3f636290f0)
- Document(s)
- Attachment
- File Name: N4008518R0621_N4008518R0621_Sources_Sought_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0621_N4008518R0621_Sources_Sought_Project_Information_Form.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R0621_N4008518R0621_Sources_Sought_Project_Information_Form.docx
- File Name: N4008518R0621_N4008518R0621_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0621_N4008518R0621_Contractor_Information_Form.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R0621_N4008518R0621_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: N4008518R0621_N4008518R0621_Sources_Sought_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0621_N4008518R0621_Sources_Sought_Project_Information_Form.docx)
- Place of Performance
- Address: 1450 Gator Blvd, BLDG 3165, VIrginia Beach, Virginia
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN04896376-W 20180422/180420230639-03f8fdf10915ede265f9ad3f636290f0 (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 |