SOURCES SOUGHT
Z -- Repair Nine Paradise Point BOQs
- Notice Date
- 5/29/2020 3:48:02 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
- ZIP Code
- 23508-1278
- Solicitation Number
- N6247020R6019
- Response Due
- 6/5/2020 11:00:00 AM
- Archive Date
- 06/20/2020
- Point of Contact
- Christina A. Newton, Phone: 9104671541, Meghan J. Hislop, Phone: 9104507173
- E-Mail Address
-
christina.newton1@navy.mil, meghan.hislop@navy.mil
(christina.newton1@navy.mil, meghan.hislop@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. �THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency�s requirements exist.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.� No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation at this time, and no appointments for presentations will be made.� This synopsis is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.� 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. The Office in Charge of Construction Florence, Naval Facilities Engineering Command Atlantic is seeking eligible small business firms capable of performing construction services for Design -Build, Repair Nine Paradise Point BOQs, Marine Corps Base Camp Lejeune, NC. All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), Economically Disadvantaged Women-Owned small businesses (EDWOSB), and small businesses are encouraged to respond.� Upon review of industry responses 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.� Description of work: This project will provide complete renovations of Buildings 2602, 2603, 2604, 2605, 2611, 2613, and 2617, as well as demolition of Buildings 2607 & 2609.� The project will require phasing of construction activities. Buildings 2602, 2603, 2604, 2605, 2607, 2609, 2611, and 2613 are 14,000 square foot Bachelor Officer Quarters (BOQs), and Building 2617 is a 24,000 square foot BOQ.� Renovation will include removal and replacement of all mechanical, electrical, communication, fire protection, and plumbing systems; reconfiguration of interior spaces; structural and envelope repairs; and replacement of utility services.� The rusted and damaged wall framing, entry doors and window units in the facilities will be replaced with doors and windows that meet the current ATFP requirements.� All interior personnel doors and hardware will be replaced throughout the building.� All wet insulation will be replaced throughout the building.� All previously painted interior and exterior surfaces will be repaired as needed and repainted.� All spalling concrete on the building shall be repaired.� The vanities will be replaced to include pre-formed sink bowl tops, and single level faucets.� All plumbing fixtures and sanitary accessories will be replaced throughout the building. This shall include replacing all plumbing piping throughout the building.� The HVAC system throughout the building will be replaced to insure a non-problematic and durable system. This will include the replacement of all duct work.� All electrical lighting, panels, outlets, and switches will be replaced.� All flooring throughout the building will be replaced with epoxy type flooring.� All drop ceilings throughout the building will be replaced with a plastic style grid ceiling.� The COMM system throughout the building shall be upgraded to meet the current codes of the Marine Corps.� All damaged exterior siding/brick surfaces will be repaired. This will include exterior wall framing redesign and replacement as required to insure a water tight surface.� The fire protection will be upgraded to meet the current code of the Marine Corps.� Areas affected by repair/construction will be in compliance with applicable ATFP, Fire Suppression, Seismic, Accessibility, ASHRAE, and LEEDS requirements upon completion of this project. Demolition will include removal of all hazardous materials and complete demolition of all systems, infrastructure, and utilities in vicinity of the buildings.� All utility lines shall be removed back to the nearest main junction location. All disturbed grounds shall be backfilled, compressed and returned to match adjacent nature.� Areas affected by these repairs will be in compliance with applicable ATFP, Fire Safety, Seismic, Accessibility, and Energy Conservation (ASHRAE and LEEDS) codes and requirements upon completion of this project. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a size standard of $39,500,000. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. This is a new procurement. �It does not replace an existing contract. �No prior contract information exists. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states, �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 September 2020. Firms must be able to demonstrate bonding capacity for a single project of $40,000,000. �Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). �These forms are required. �Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. �For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. �Responses must include identification and verification of the firm�s small business status. For each of the submitted relevant projects (a maximum of five (5) 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 three (3) and a maximum of five (5) relevant construction projects for your firm that best demonstrate your experience on projects that are similar in size, scope, and complexity to this project. �Relevancy is further defined as: Size: Final construction cost of $40M or greater. Scope/Complexity: 1. �Work involving renovation of military or commercial barrack/garrison/hotel compound containing more than five (5) facilities with greater than 80,000 combined square feet 2. �Experience managing/coordinating an accelerated schedule across multiple trades, to include demolition, construction, abatement, and restoration. 3. �Work requiring iterations of phasing with substantial coordination required while not impacting ongoing operations. Note: Offerors must demonstrate experience with all three of the scope/complexity elements set forth above. �This experience may be demonstrated cumulatively through all of the projects submitted by an offeror. �In order for a project to be determined relevant, it must meet the size requirement and at least one of the scope/complexity items. Interested parties should respond no later than 5 June 2020. �The submission package shall ONLY be submitted electronically to Christina Newton via email at christina.newton1@navy.mil. �Packages shall not exceed 12 pages and MUST be limited to a 4MB attachment. �Responses received after the deadline or without the required information will not be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9583cb25ddde4319bb9f01846f7c7f54/view)
- Place of Performance
- Address: Camp Lejeune, NC 28547, USA
- Zip Code: 28547
- Country: USA
- Zip Code: 28547
- Record
- SN05675080-F 20200531/200529230151 (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 |