Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
SOURCES SOUGHT

Z -- Buildings 115 & 201 Repair by Replacement

Notice Date
6/2/2020 11:26:49 AM
 
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
N6247020R6018
 
Response Due
6/9/2020 11:00:00 AM
 
Archive Date
06/24/2020
 
Point of Contact
Megan Villalba, Phone: 9104675174, Meghan J. Hislop, Phone: 9104507173
 
E-Mail Address
megan.villalba@navy.mil, meghan.hislop@navy.mil
(megan.villalba@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, Building 115 and 201 Repair by Replacement, 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 repair by demolishing and replacing Building 115 and 201.� Building 115 is a 13,400 square foot multipurpose recreational facility that was constructed in 1942.� Building 201 is a 24,700 square foot indoor physical fitness center constructed in 1943.� Demolition will include removal of all hazardous materials and complete demolition of all systems, infrastructure, and utilities in vicinity of the buildings to accommodate new construction on the existing site. New facilities will be constructed to meet the functional requirements of the existing facilities. �New facilities will be the same square footage, footprint, and architectural appearance of the existing facilities.� New facilities will be concrete masonry unit buildings on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, and reinforced concrete floor and standing seam metal roof.� New facilities will include the following areas: gymnasium with basketball/volleyball court and spectator seating, unit physical training/group exercise room, aerobic/exercise area, a cardiovascular training area and a weight training/body development area. �Space shall be provided for an equipment storage/gear issue area with shelving, administration area including private staff offices, a fitness assessment room, laundry facility, vending area, separate men/women/family locker area with showers, toilets, and sauna. New facilities will be constructed, in accordance with Federal standards, as a destructive weather shelter for extreme wind events. �These additional construction features will include an emergency generator, wind resistant cladding, reinforced masonry walls, rollup storm shutters or wind rated windows, wind rated doors and wind anchorage for mechanical and plumbing components.� This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with ATFP regulations, physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. �Construction of all structural design will be in accordance with building standards for seismic zones, wind loads and snow loads. � Electrical systems include energy saving electronic monitoring and control system, information systems, fire alarm systems and mass notification system.� Mechanical systems include plumbing, fire protection systems, fire pump and heating ventilation and air conditioning. �Information systems will include telephone, Local Area Network (LAN), voice and data communication systems and secure information systems. Construction will include all necessary site preparation, utility connections, and modification of parking areas in vicinity of the new facilities. �Utility connections include water, natural gas, sanitary and storm sewers, electrical, telephone, LAN and cable television. Paving and site improvements include exterior site and building lighting, paved parking and roadways, sidewalks, storm water management pond, environmental protection measures, clearing and grubbing, earthwork, fill, grading, landscaping, and building and roadway signage. �Project includes operation and maintenance support information and NMCI requirements. 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 $20,000,000. �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 (2) 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 $20M or greater. Scope/Complexity: 1. Work involving renovation of military or commercial gyms, athletic facilities, and fitness centers of greater than 15,000 square feet. 2. Experience managing/coordinating a Design-Build contract that requires 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. 4.� Experience performing work in accordance with Federal standards for a destructive weather shelter for extreme wind events including construction features such as an emergency generator, wind resistant cladding, reinforced masonry walls, rollup storm shutters or wind rated windows, wind rated doors and/or wind anchorage for mechanical and plumbing components.� Note: Offerors must demonstrate experience with all four (4) 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 (1) of the scope/complexity items. Interested parties should respond no later than 9 June 2020 by 2:00 p.m. EST. �The submission package shall ONLY be submitted electronically to Megan Villalba via email at megan.villalba@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/218f5d90abd840b1b80a3ecb0615fc68/view)
 
Place of Performance
Address: Camp Lejeune, NC 28547, USA
Zip Code: 28547
Country: USA
 
Record
SN05678019-F 20200604/200602230213 (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.