SOURCES SOUGHT
99 -- DESIGN BID BUILD (DBB) P-404, E2-D TRAINING FACILITY, NAVAL STATION NORFOLK, NORFOLK, VIRGINIA
- Notice Date
- 12/10/2020 1:15:36 PM
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R2521_
- Response Due
- 12/24/2020 11:00:00 AM
- Archive Date
- 01/08/2021
- Point of Contact
- Kate Arnold, Phone: 7573411659
- E-Mail Address
-
kathryn.arnold@navy.mil
(kathryn.arnold@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services for Design-Bid-Build, P404, E-2D Training Facility, Naval Station Norfolk, Norfolk, Virginia. All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), 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.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Project Description: The project constructs an approximately 29,633 SF two-story operational training facility for E-2D aircraft.� The building will include two E-2D Weapon System Trainers (two Tactic Trainers and two aircrew Procedures Trainers) and two E-2D Distributed Readiness Trainers, two Tactics Trainer instructor areas, two mission brief/debrief rooms, software support equipment room, operations room, computer-based training room/classroom, maintenance/spares room, maintenance office, engineering support office, Joint Mission Planning System room, System Integration Lab, classified library, supporting offices, conference room, quarterdeck, bathrooms with showers, and telecom room. Building must be constructed to the information security requirements. Building construction will include a pile foundation, fire protection system, exterior doors adequate to allow installation and maintenance of high bay trainer. The building will also include a classified internet protocol router network, non-secured internet routing network, electronic security system, air combat online, card reader/controlled access system, and closed circuit television for information security. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. The AT/FP (Inside) line-item includes standard force protection measures such as mass notification systems, emergency shutoffs for ventilation systems, blast resistant door frames, and emergency lighting and signage. Facility-related control systems include cybersecurity features in accordance with current Department of Defense criteria. Built-in equipment includes an emergency diesel generator, uninterruptible power supply, raised access flooring and a passenger elevator. Special costs include cybersecurity commissioning. The cybersecurity commissioning cost is to cover the contractor's submittals, administrative actions and compliance with Navy's cybersecurity requirements and to implement steps necessary for obtaining Authority to Operate. Additionally, special costs include mechanical commissioning, acceptance and construction surveillance. Special costs include monitoring during secure area construction; including surveillance by Construction Security Technicians and Cleared American Guards during secure space finish work in accordance with Intelligence Community guidance. Construction monitoring is required to observe the construction to ensure that are no abnormalities that could affect and compromise the security of the secure area. Site preparation includes site earthwork, site fill, remove existing pavement and slabs, remove existing utilities and rough/fine grading. Paving and site improvements include parking areas, re-topping existing pavement, landscaping, bioretention cells, sidewalks, concrete ramp, concrete loading area and grass paver area. Electrical Utilities include electrical distribution, site security alarm, transformer, area lighting and site communication. Mechanical Utilities include gas distribution, water distribution, fire protection waterline, sanitary sewer system and storm drainage piping. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary North American Industry Classification System (NAICS) Code for this procurement is 236210 Industrial Building Construction with a size standard of $39.5M. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting, which limits the amount of work performed by subcontractors.� Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees.� If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. For each of the submitted relevant projects (a maximum of five 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. The Sources Sought Project Information Form shall be used to document a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope and complexity to this project.� A relevant project is further defined as: Similar Size: Final construction cost of $25M or greater. Similar Scope: New construction of a simulator facility. Similar Complexity: While also meeting the size and scope requirements set out above, the following complexity requirements shall be met collectively by the projects submitted, i.e. each submitted project does not require demonstrated experience with all of the following components, but collectively, experience with all of the complexity elements below must be established throughout the submitted relevant projects: a.) Experience constructing reinforced concrete, steel, CMU construction projects on a deep foundation, RF Shielding and Acoustical Sound Transmission Construction; b)� Experience constructing a facility with multiple high bays, RF Shielding and Acoustical Sound Transmission Construction. Note: Offerors must demonstrate experience with all of the work 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. Ensure that the project description clearly identifies the final construction cost and addresses how the project meets the scope/complexity. 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 an award.� 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 24 DECEMBER 2020 at 2:00 PM (EDT).� LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The package shall be sent via electronic mail to Kate Arnold at kathryn.arnold@navy.mil. Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/32c07e49802b4b95828f1c3f72378f3d/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN05871714-F 20201212/201210230145 (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 |