Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOURCES SOUGHT

Y -- Design-Bid-Build, for the P4040 French Creek Ambulatory Care Clinic, Camp Lejeune, North Carolina.

Notice Date
11/19/2020 7:57:05 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R2524
 
Response Due
12/3/2020 11:00:00 AM
 
Archive Date
12/18/2020
 
Point of Contact
Scott Schulz, Phone: 7573410082, Philip Cole
 
E-Mail Address
scott.c.schulz1@navy.mil, philip.j.cole@navy.mil
(scott.c.schulz1@navy.mil, philip.j.cole@navy.mil)
 
Description
Notice Type: Sources Sought Solicitation No: N4008521R2524 Response Date:� 12/3/2020� 2:00 PM Eastern Time Classification Code: Y NAICS Code:� 236220 Magnitude of Construction:� Between $10,000,000 and $25,000,000 � 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 Design-Bid-Build, for the P4040 French Creek Ambulatory Care Clinic, Camp Lejeune, North Carolina. The project will consist of constructing a 16,378 SF single?story addition and alter the existing Ambulatory Care Clinic, 11,917 SF.� Exterior shall be compatible with Base Exterior Appearance Plan (BEAP) guidance and Branch Medical Clinic (BMC) French Creek existing structure.� Supporting facilities include utilities, site improvements, access drive, parking, and shall include Low Impact Development.� The interim French Creek facility will be demolished after construction completion.� The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction, and the Small Business Size standard is $39,500,000.� In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. 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 by January 2021. 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 and Sources Sought Project Matrix shall be used to document a minimum of two (2) and up to a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A relevant project is further defined as:� Size:� Final construction cost of $15 million or greater. Total construction area of more than 15,000 square feet. Scope:� Renovation of a masonry building with a new construction addition.� New Construction addition must be 10,000 square feet or greater. Complexity:� A single project is not required to demonstrated experience with all of the following elements, but collectively, experience with all elements must be established throughout the submitted relevant projects. Experience with interior and exterior renovation of a buildings including temporary shoring of structural loadbearing elements; Experience with multi-phased/sequenced construction that allowed facility to remain open for operations throughout the project; and Experience with projects in congested urban or industrial areas with limited construction laydown space and restricted access. � 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 NLT 3 DECEMBER 2020 at 2:00PM (ET). LATE SUBMISSIONS 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/0c4812dbb7ab4e40abd3a5e90d588f16/view)
 
Place of Performance
Address: Camp Lejeune, NC, USA
Country: USA
 
Record
SN05857452-F 20201121/201119230228 (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.