SOURCES SOUGHT
Y -- Design-Bid-Build Construction Contract for the Alert Facilities and Alert Apron, Naval Air Station, Joint Reserve Base, New Orleans, LA
- Notice Date
- 6/9/2020 6:51:38 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945920RAPRON
- Response Due
- 6/24/2020 11:00:00 AM
- Archive Date
- 07/09/2020
- Point of Contact
- Cynthia McMonigle, Phone: 9045426173
- E-Mail Address
-
cynthia.mcmonigle@navy.mil
(cynthia.mcmonigle@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. �There is no bid package or solicitation. �In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.� The Naval Facilities Engineering Command Southeast (NAVFAC SE) is seeking qualified and interested parties in any of the following categories:� Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Small Business (SB) sources, U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), and Women Owned Small Business (WOSB) with current relevant qualifications, experience, personnel, and capability to perform. ������������������������������������������������������������������������������� Project Descriptions: Alert Facilities: Construct Aerospace Control Alert Facilities utilizing conventional design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and Base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements:� Two aircraft shelters with drive-through capability, installed heating, fire suppression, metal walls, and standing seam metal roof. Aircrew alert quarters/mission support structure with Alternate Command Post capabilities, a secure area, and entry control facility. Provide standby power for the site. Provide pile foundations and site preparation including surcharging. Alert Apron:� Construct Aerospace Control Alert Apron utilizing conventional design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and Base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements:� Provide all utilities, communication support, site improvements, exterior lighting, lightning protection, and security upgrades. Parking apron for two alert ready aircraft. Erect security fencing, access gates, provide airfield lighting, security lighting with controls and communications and electrical conduit. Provide pile foundations. Provide site preparation to include soil dewatering as required. The performance period for this contract will be between three to four years.� The magnitude of construction is between $25,000,000 and $100,000,000.� The North American Industry Classification System (NAICS) Code for this solicitation is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $39.5 million (M).� Interested sources are invited to respond to this sources sought announcement.� The government is only seeking a 1 to 4 page response.� The information which must be contained in your response is as follows: 1.� Provide company information to include name, address, phone number, email address and DUNS number. 2.� Identify whether your firm is a self-certified Small Business or SDVOSB, or an SBA certified 8 (a), HUBZone, or WOSB firm. �If you are an 8(a), HUBZone, or WOSB firm, provide proof of SBA certification. �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 definition or requirements for these, refer to http://www.sba.gov/. 3.� Responders shall provide a minimum of two (2) to a maximum of three (3) projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of specific capabilities listed below: Demonstrate Prime Contractor experience constructing airfield runway paving that was self-performed; must have been completed and accredited/certified within the last five years, have a value of approximately $7,000,000 or greater; and were similar size, scope and complexity to the proposed Alert Facilities and Alert Apron.� Demonstrate Prime Contractor experience constructing vertical construction projects that was self-performed; must have been completed and accredited/certified within the last five years, have a value of approximately $10,000,000 or greater; and were similar in size, scope and complexity to the proposed Alert Facilities and Alert Apron. Demonstrate Prime Contractor experience in secure facility construction that was self-performed; must have been completed and accredited/certified within the last five years, have a value of approximately $5,000,000 or greater; and were similar size, scope and complexity to the proposed Alert Facilities and Alert Apron. Provide a brief description including completion date and final contract value.� If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project. Projects may demonstrate more than one of the capabilities above, but you must provide a minimum of two projects that meet the stated requirements for each of the three categories. For clarification purposes, two projects from each of the three categories are required to demonstrate competency. However, a project may be used that demonstrates competency in more than one area. Therefore, you may potentially submit only two projects total and meet the requirements providing both projects demonstrate airfield runway, vertical construction, and secure facility construction. However, it could take as many as six projects to meet the requirement if none of the above identified project capabilities overlap. 4.� Bonding Capacity:� Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $35 Million per project, and the maximum aggregate bonding. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, Veteran-Owned Small Business WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 2:00 PM Eastern Time up to 15 days after posting of this sources sought, via email to cynthia.mcmonigle@navy.mil.� The subject line of the email shall state: �Alert Facilities and Alert Apron, Naval Air Station, Joint Reserve Base, New Orleans, LA. Emails shall be no more than 5 MB in size. �Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. �Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8e044db35cdb49d5abd8527421518e9a/view)
- Place of Performance
- Address: New Orleans, LA, USA
- Country: USA
- Country: USA
- Record
- SN05685177-F 20200611/200609230146 (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 |