SOURCES SOUGHT
Z -- REPAIR MACDONOUGH HALL BUILDING 102, U.S. NAVAL ACADEMY, ANNAPOLIS, MD
- Notice Date
- 2/1/2021 11:34:10 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N4008021R0033
- Response Due
- 2/15/2021 7:00:00 AM
- Archive Date
- 03/02/2021
- Point of Contact
- Cynthia Y Crowder, Phone: 2026853157, Tonja D Jenkins, Phone: 2026853222
- E-Mail Address
-
cyndi.crowder@navy.mil, tonja.jenkins@navy.mil
(cyndi.crowder@navy.mil, tonja.jenkins@navy.mil)
- Description
- This is a Sources Sought Announcement, not a Solicitation for proposals and no contract will be awarded from this announcement.� It 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 Naval Facilities Engineering Systems Command Washington has a requirement for Repair MacDonough Hall at the U.S. Naval Academy in Annapolis, Maryland.� MacDonough Hall is a 128,000 SF, six story (two full and four partial), granite and steel structure used as a gymnasium facility for training and recreational use.� The facility is a historic structure listed as a contributing element of the U.S. Naval Academy, which was originally constructed in 1903 and last substantially renovated in 1982.� The work includes extensive interior and exterior architectural renovations and repairs to the historic MacDonough Hall facility, including:� extensive interior architectural modifications and improvements, �replace a 157,000+ gallon training pool and the supporting water treatment systems, replace HVAC system and controls, remove mercury impregnated floor coating removal, miscellaneous asbestos and lead based paint abatement, electrical replacement and modifications, fire alarm system replacement and modifications, structural modification and improvements, plumbing and drainage system modifications and repairs, creation of temporary operating spaces in multiple other facilities, relocation and set up of equipment and supporting infrastructure for relocated operations, disassembly/removal of temporary facilities and restoration in aforementioned operations facilities and storage, protection and return of designated items.� The magnitude of construction is estimated to be between $25-$50M.� The construction period of performance is 1,150 days.� The estimated award date is September 2021. The Government anticipates awarding a firm fixed-price non-commercial contract.� The NAICS Code for this requirement is 236220 � Commercial and Institutional Building Construction with a Small Business Size Standard of $39.5M.� NAVFAC Washington is seeking interested and qualified parties in any of the following U.S. Small Business Administration (SBA) certified socio-economic categories: 8(a), HUB Zone, Service Disabled Veteran- Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB) and Economically Disadvantaged Women Owned Small Businesses (EDWOSB) sources with current and relevant qualifications, experience, personnel, and capability of performing civil construction projects on airfields of similar size, scope and complexity. Based upon this survey, a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). � Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit a capabilities statement that includes the following: Firm�s name and address; Primary and Alternate point of contact, phone number, e-mail; Number of employees; primary and District of Columbia, Maryland and Virginia (DMV) Office location(s), Cage code and DUNS number; Firm�s type of business and business size, including information on the categories or small business for which the firm qualifies (i.e., SB, SDB, HUBZONE SB, WOSB/EDWOSB, VOSB, and/or SDVOSB); The submission of successful projects that demonstrate the Firm�s capability to perform projects of similar size, scope and complexity to include: High-dollar ($25M - $50M) institutional construction contracts of this magnitude and complexity.� All submitted projects should be above $25M and at least one should be at least $40M or more.� Relevant projects must be within the past five years. Successful renovation projects that had multi-year schedules that were met or exceeded. All projects should include successful completion of work on buildings on the Historic Registry. For each of the projects submitted, provide the Contract Number, Project title and location, whether you were a Prime or Subcontractor, award and completion dates, contract or subcontract value, type of work, scope of work, a narrative description of the work provided by your firm, and customer information including Government/Agency point of contact, a current phone number, and e-mail address; and a brief description of how the contract referenced relates to the technical services described herein. DO NOT submit basic contracts for IDIQ work, only the Task Orders issued to the basic contract. Provide three (3) examples. �Each project sample should be no more than 2 pages long. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Submissions are due by February 15, 2021.� LATE SUBMISSIONS WILL NOT BE ACCEPTED. �The Capabilities Statement package shall be sent via email to Cynthia Crowder at Cyndi.crowder@navy.mil. The Alternate contact for this procurement is Tonja D. Jenkins at tonja.jenkins@navy.mil.� The Subject Line of the email shall be as follows: (Contractor name)_Capabilities Statement - Sources Sought N40080-21-R-0033 Please submit any questions regarding this notice to tonja.jenkins@navy.mil. Thank you for your support of the Navy and Marine Warfighter!
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/42a7a60b12a940c293773158cbfa0540/view)
- Place of Performance
- Address: Annapolis, MD 21401, USA
- Zip Code: 21401
- Country: USA
- Zip Code: 21401
- Record
- SN05905358-F 20210203/210201230121 (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 |