Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
DOCUMENT

Y -- SOURCES SOUGHT NOTICE - P199/P235 AIRCRAFT HANGAR AND UTILITY UPGRADE, MCAS, CHERRY POINT, NC - Attachment

Notice Date
9/5/2018
 
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
N4008518R0644
 
Response Due
9/14/2018
 
Archive Date
9/14/2019
 
Point of Contact
Elizabeth Carmack 757 341 1654
 
E-Mail Address
<!--
 
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 projects. Project P199 Design Build Aircraft Maintenance Hangar, Marine Corps Air Station MCAS, Cherry Point. P199 will provide a two-story low rise two squadron module Type I Aircraft Maintenance Hangar (AMH) for the F-35B aircraft, and a Paraloft Facility. For the two buildings, provide design, construction, commissioning, requisite demolition, and site work. Project P235 Flightline Utility Modernization Design Bid Build, Marine Corps Air Station MCAS, Cherry Point. P235 will upgrade, renovate and modernize base utilities to serve future airfield facilities. It will also provide one building to include a fire pump building. For this building, provide construction, requisite demolition and site work. The appropriate NAICS Codes is 236220 “ Commercial and Institutional Building Construction and the Small Business size standard is $36,500,000. In accordance with DFAR 236.204, the magnitude of construction for both projects is between $100,000,000 and $250,000,000. The contract 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 All large businesses, service-disabled veteran-owned, certified HUB-Zone, certified 8(a), and women-owned 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 August 2019. 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 vendors submit to the contracting office a brief capabilities statement package (no more than 2 pages total) demonstrating the ability to provide the product with the specifications described above. It is also requested that interested small businesses submit to the Contracting Officer the following 1) Sources Sought Contractor Information Form and 2) Sources Sought Project Information Form, provided as attachments to this notice. The Contractor Information Form shall be used to provide information on your company including type of business and bonding. Contractor must be able to demonstrate at least a per project bonding capability $40,000,000. The Sources Sought Project Information Form shall be used to document the following: 1) A minimum of two (2) and up to a maximum of five (5) relevant Aircraft Maintenance Hangar construction projects completed in the past seven (7) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein (see description below). 2) A minimum of two (2) and up to a maximum of five (5) relevant Utility Upgrade construction projects completed in the past seven (7) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein (see description below). Aircraft Maintenance Hangar Experience Similar size: Final construction cost of $50,000,000 or greater. Similar Scope: New construction of an aircraft maintenance hangar facility. Similar Complexity: Multiple buildings, construction phasing, site improvements (road work, utility infrastructure). Utility Upgrade Experience Similar Size: Final construction cost of $25,000,000 of greater. Similar Scope: New construction of utility corridor. Similar Complexity: Multipart complex construction phasing, and coordination of multiple concurrent site improvements (road work, utility infrastructure). Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-ProtĂ©gĂ©, you must indicate the percentage of work to be performed by the protĂ©gĂ©. A copy of the SBA letter stating that your 8(a) Mentor-ProtĂ©gĂ© 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 NO LATER THAN SEPTEMBER 14, 2018 by 2:00 P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by USPS or Express mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic Code ACQ1 “ Attention: Elizabeth Carmack 9324 Virginia Avenue, Bldg. Z140, Room 225; Norfolk, VA 23511. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at Elizabeth.carmack@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9fac41d5480cdad4c38a16bb6801dcf3)
 
Document(s)
Attachment
 
File Name: N4008518R0644_N4008518R0644_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0644_N4008518R0644_Project_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R0644_N4008518R0644_Project_Information_Form.docx

 
File Name: N4008518R0644_N4008518R0644_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008518R0644_N4008518R0644_Contractor_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R0644_N4008518R0644_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.
 
Record
SN05073743-W 20180907/180905231409-9fac41d5480cdad4c38a16bb6801dcf3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.