DOCUMENT
Y -- DB P149 RESERVE TRAINING CENTER - PITTSBURGH, PA, MCRC CLINTON (ENCLAVE) - Attachment
- Notice Date
- 10/23/2018
- Notice Type
- Attachment
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008519R9001
- Response Due
- 11/6/2018
- Archive Date
- 3/31/2019
- Point of Contact
- Crystal Chatmon
- E-Mail Address
-
1-1999
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing P-149, Design-Build, Reserve Training Center, Pittsburgh, Pennsylvania, Marine Corp Reserve Center. The project is to design and construct a single story, steel-framed, Reserve Training Center (RTC) for the Marine Corps Reserve Forces at a stand-alone site in Clinton, Pennsylvania. The facility will be used by full-time staff and Reservist Marines in training and drilling activities. The facility includes (but are not limited to) an armory, drill hall, offices, medical exam area, wire mesh lockers, day lockers and shower rooms, administrative spaces, DEMARC/telcom room, SIPRNET room, fire protection systems, mechanical, electrical, and plumbing systems. The facility will be designed in accordance with all applicable DoD Unified Facilities Criteria and will comply with antiterrorism/force protection (AT/FP) requirements. The site will undergo significant preparations including running site utilities and an access driveway to the site, site clearing, excavation and preparation for construction. Paving and site improvements include personally-owned vehicle (POV) parking, grading, sidewalks and roadways, native landscaping, storm water drainage, security fencing, signage, and site amenities. Offerors can expect no existing utilities or adjacent facilities to tie into. Built-in equipment includes gear lockers, bleachers, built-in storage, day lockers, and remotely controlled entrance gate. Electrical utilities include primary and secondary distribution systems, lighting, transformers and telecommunications infrastructure. Mechanical utilities include heating, ventilation and air conditioning, water lines, sanitary sewer lines, fire protection systems and natural gas lines. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236210 Industrial Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. The budget amount for this project is $15,960,000. The contract 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 by August 2019. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two and up to a maximum of five relevant construction projects completed in the past ten years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A relevant project is further defined as: Construction Experience: Size: 10,000 SF or greater Scope: New construction of Training center or similar multi-function facility that includes administrative space, armory, classrooms, and large open spaces (ie: multi-purpose area, gym, drill hall, weapons cleaning area, vehicle maintenance area). Complexity: Project(s) demonstrating experience in HVAC system commissioning Construction to meet challenging topographic site requirements Construction to meet special or complex security requirements, including but not limited to Security and Vault Equipment, Antiterrorism/Force Protection (AT/FP) and Fire Alarm/Mass Notification Systems. Note: For complexity, the submitted relevant project experience shall demonstrate the three 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. 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-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé 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 NLT 6 NOVEMBER 2018 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Crystal Chatmon at crystal.chatmon@navy.mil. Attachments are limited to a total of 5MB.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9001/listing.html)
- Document(s)
- Attachment
- File Name: N4008519R9001_Contractor_Information_Form_19R9001.docx (https://www.neco.navy.mil/synopsis_file/N4008519R9001_Contractor_Information_Form_19R9001.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008519R9001_Contractor_Information_Form_19R9001.docx
- File Name: N4008519R9001_Project_Information_Form_19R9001.docx (https://www.neco.navy.mil/synopsis_file/N4008519R9001_Project_Information_Form_19R9001.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008519R9001_Project_Information_Form_19R9001.docx
- File Name: N4008519R9001_N4008519R9001_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008519R9001_N4008519R9001_Matrix.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008519R9001_N4008519R9001_Matrix.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008519R9001_Contractor_Information_Form_19R9001.docx (https://www.neco.navy.mil/synopsis_file/N4008519R9001_Contractor_Information_Form_19R9001.docx)
- Record
- SN05132061-W 20181025/181023230527-5cf175e98855485b30ee9b5921c568e3 (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 |