Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2022 SAM #7456
SOURCES SOUGHT

Y -- P475 DBB Aircraft Maintenance Hangar, MCAS Beaufort, SC

Notice Date
4/28/2022 11:49:17 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
N4008522R2673
 
Response Due
5/10/2022 11:00:00 AM
 
Point of Contact
James Godwin, Phone: 7573411999
 
E-Mail Address
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P475 Aircraft Maintenance Hangar, Marine Corps Air Station Beaufort, South Carolina. This project constructs a multi-story concrete masonry unit (CMU) and metal panel construction building on pile foundation with reinforced concrete slab, structural steel framing, reinforced masonry walls, brick veneer, and standing seam metal roof. The new building will be an F- 35B Joint Strike Fighter (JSF) Training Squadron and legacy compliant aircraft maintenance hangar consisting of high bay space, crew and equipment space, administrative space, and data network areas. The hangar administration space includes a special access program facility (SAPF) areas for secured handling/storage of classified material/components up to top secret classification and pilot brief and debrief rooms. The hangar includes a Special Access Program Facility (SAPF) and SIPRNET. Operational support facility is a veneered, CMU structure with reinforced concrete foundation, structural steel roof framing and standing seam metal roof for F-35B alternate mission equipment storage. The Shop Annex will be adjacent to the Hangar and will be used as flexible, open shops space opening directly to exterior apron areas. Due to site restrictions, ground level parking is not feasible; therefore, the project includes a multi-level, reinforced concrete, parking facility of approximately 400 spaces. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with the DoD Minimum Anti-Terrorism Standards for Buildings. User Generated Unit Costs were used for this project and include the cost of features to meet the minimum DoD AT/FP standards. Built-In Equipment includes an underwing fire suppression system, overhead bridge cranes (5-ton), compressed air system, photovoltaics (SUS-ENE), high density storage system, high pressure cooling air system, passenger/freight elevator, and emergency generator (2000 kW). Special costs include Post Construction Award Services (PCAS) and cybersecurity commissioning. The cybersecurity commissioning cost is to cover the contractor's submittals, administrative actions and compliance with Department of the Navy's (DON) cybersecurity requirements as well as DON's in-house costs to review contractor submittals and to implement steps necessary for obtaining Authority to Operate. Special costs also include geospatial mapping and surveys, mechanical acceptance, and third party commissioning. Operations and Maintenance Support Information (OMSI) is included in the project. Site preparation includes site earthwork and removal of unsuitable soils. Special foundation features include a pile supported foundation system. Paving and site improvements include roadways, pedestrian paving, dumpster/equipment pads, screen wall, furnishings, landscaping, stormwater management, bollards, airfield paving, and site demolition. This project adds approximately 681 meters (m) of chain link security fence approximately 2.4 m high. Electrical utilities include electrical distribution, area lighting, and site communication/security. Mechanical utilities include water distribution, fire distribution, sanitary sewer, and storm sewer. Demolition of a 6,085 m2 aircraft hangar (Bldg. 414, PRC#200030), a 1,347 m2 squadron administration facility (Bldg. 727, PRC#201654), two 37 m2 aviation storage facilities (Bldg. 723, PRC#201691 and Bldg. 784, PRC#201692), and a 12 m2 storage shed (Bldg. 1135) are included in this project. These buildings will be demolished to clear the site for this project. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria (UFC). Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. The contract(s) 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.� 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) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: A final construction cost of $60 million dollars or greater. Scope: New construction of an aircraft maintenance hangar. Complexity: Each project submitted does not require demonstrated experience with all of the following components, but collectively, they must demonstrate experience with all elements: Experience with construction of a parking garage Experience with sequencing and/or phasing requirements 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. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39,500,000. In accordance with DFAR 236.204(iii), the magnitude of construction for this project is between $100,000,000 and $250,000,000. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It 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 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 synopsis. 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. The submission package shall be submitted electronically to James Godwin via email at james.a.godwin41.civ@us.navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Tuesday, 10 May 2022 at 14:00 EDT. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6dfe1b31ef42489c9b44f4a9ef07a134/view)
 
Place of Performance
Address: Beaufort, SC, USA
Country: USA
 
Record
SN06311960-F 20220430/220428230108 (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.