Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOURCES SOUGHT

P -- P-1280/P-1346 Birch Street/Duncan Street Road Construction and Repair

Notice Date
3/4/2020 8:14:54 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N40085-19-R-9146
 
Response Due
3/13/2020 1:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Scott Schulz, Phone: 7573410082
 
E-Mail Address
scott.c.schulz1@navy.mil
(scott.c.schulz1@navy.mil)
 
Description
Notice Type: Sources Sought Solicitation No: N40085-19-R-9146 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 P1280B/P1346B -DESIGN-BID-BUILD, Birch Street/Duncan Street Road Improvements, Marine Corps Base Camp Lejeune, North Carolina. This project will perform a series of roadway improvements to Birch Street and Duncan Street.� Work includes the following: Construction of service and access road; widening of existing road; construction of turn lanes; rebuilding of road bed; milling and paving of existing road; creek crossing; installation of curbing; erosion repair of road embankment; installation, paving, and painting of pedestrian walkways, cross walks and jogging trails; stripping and marking of roadway; installation of traffic and pedestrian signals including poles; installation and movement of utility poles; installation of catch basins; installation of BMPs; and relocation of utilities (gas, water, electric, communication and sanitary sewer). Demolition: Project includes the demolition of steam pits; pavement; and foundation post. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. � Department of Defense and Department of the Navy principles for performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal law and Executive Orders.� Low Impact Development (LID) will be include in the design and construction of this project as appropriate. � 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 $5,000,000 and $10,000,000. 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 around May 2020. 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 shall be used to document a minimum of two and a maximum of five 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:� $5,000,000 Construction Cost or greater and 1000 linear feet of roadway construction. Scope: New construction, reconstruction and overlay of existing roads. � Complexity:� Phasing and coordination of traffic impacts. 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-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�.� A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� 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: 3/13/2020 AT 4:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Scott Schulz at (scott.c.schulz1@navy.mil).� Attachments are limited to a total of 5MB.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0e5ed10b54d24c06a1957a7ce30641c8/view)
 
Record
SN05579882-F 20200306/200304230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.