SOURCES SOUGHT
Y -- P-404, Design-Bid-Build, Range Improvements and Modernization, Phase 2, Marine Corps Recruit Depot, Parris Island, South Carolina.
- Notice Date
- 11/14/2018
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
- ZIP Code
- 23511
- Solicitation Number
- N4008519R9043
- Response Due
- 11/28/2018
- Archive Date
- 7/31/2019
- Point of Contact
- Phone: 757-341-1031
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought Solicitation No: N40085-19-R-9043 RESPONSE DATE: 11/28/2018 2:00 PM Eastern Classification Code: Y NAICS Code: 236220 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-404, Design-Bid-Build, Range Improvements and Modernization, Phase 2, Marine Corps Recruit Depot, Parris Island, South Carolina. The project constructs a new rifle range in the same location as the existing Hue City Range. This range will meet applicable Marine Corps requirements for Known Distance (KD) ranges. Range support buildings to be constructed include: target storage, Butts control house and toilet facilities. All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. Target area Berm, retaining walls, Safety side walls, a safety tunnel, and 600 - yard range berm will be constructed. Side walls with acoustic insulation will also be included. Earth berm structures include a behind the target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces. Built-in equipment will include a Butt System benches, Butt System Target numbers, Relocated Butt system target lifters, Flag poles, and firing line benches. Special Costs include Post Construction Award Services (PCAS) and geospatial mapping and survey. Pavement facilities include asphalt range roads, asphalt maintenance roads, butt area asphalt work/vehicle apron and asphalt range control tower road. Also, the KD range will have multiple rubberized firing lines up to 549 meters (600 yards) from a butt-type targeting system. The rubberized surface will be supported by an asphalt surface and aggregate base. Site preparation includes site clearing, grubbing, excavation and preparation for construction, demolition of existing concrete structures, existing paving and utilities. Site earthwork and Berm stabilization are also included. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 “ Commercial Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with FAR 36.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. 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 This office anticipates award of a contract for these services by April 2019. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form provided as attachments to this notice. The Sources Sought Project Information Form shall be used to document a minimum of one (1) and a maximum of five (5) relevant design projects for the design team that best demonstrates design experience on relevant projects that are similar in size, scope, and complexity to the RFP. For purposes of this evaluation, a relevant project is further defined as: Size: Final Construction Cost of $20M or greater. Scope: New construction and renovation of a Known Distance Range with related support facilities used for marksmanship training and range support. Ranges must have been 300 yards or greater. Complexity: Demonstrated experience with Low Impact Development (LID) compliance (UFC 3-210-10) 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: 11/28/2018 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Demetrice Jenkins at demetrice.jenkins@navy.mil. Attachments are limited to a total of 5MB. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/615b05d164ba99b0f65b661a9626bb24)
- Record
- SN05151102-F 20181116/181114230017 (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 |