Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2022 SAM #7638
SOURCES SOUGHT

Z -- SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD (DBB) BQ455 PERMANENT PARTY REPAIRS, SUBMARINE BASE NEW LONDON, GROTON, CONNECTICUT

Notice Date
10/27/2022 1:01:45 PM
 
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
N4008523R2530
 
Response Due
11/9/2022 11:00:00 AM
 
Point of Contact
Amanda Bricker, HOLLY SNOW
 
E-Mail Address
amanda.l.bricker.civ@us.navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL
(amanda.l.bricker.civ@us.navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Updated aggregate Bonding Capacity minimum from no less than $2M to $25M as of 10/27/2022*** SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD (DBB) BQ455 PERMANENT PARTY REPAIRS, Submarine Base New London, Groton, Connecticut THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Systems Command (NAVFACSYSCOM), Mid-Atlantic (MIDLANT) is seeking eligible Small Businesses with current relevant qualifications, experience, personnel, and capability to perform a proposed contract for construction services for BQ455 Permanent Party Repairs at Submarine Base New London in Groton, CT. � This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes to identify potential qualified certified Small Businesses. 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. Results will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government�s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No drawings or specifications will be made available at this time. Respondents will not be notified of the results of this market research. 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.� An award for DESIGN BID BUILD (DBB) BQ455 PERMANENT PARTY REPAIRS, SUBMARINE BASE NEW LONDON, GROTON, CONNECTICUT is anticipated. General Work Requirements: The project includes renovation and repairs to Permanent Bachelor Quarters (BQ455) on the AVSUBASE New London, CT Campus. The Bachelor Quarters 455 repairs and renovations shall include the following: 1. Reconfiguration of and repairs and new finishes to all (100) berthing units. 2. Renovation and repairs to lobby areas, corridors, offices and ancillary spaces including new finishes. 3. Relocation of existing Laundry facilities within the structure. 4. Removal and disposal of existing furniture. 5. Repairs and upgrades to mechanical, electrical, fire protection, fire alarm and plumbing systems and fixtures. 6. Removal and disposal of an existing elevator (1), the modernization of one elevator (1) and providing a new elevator; hoistway and elevator (1), including the construction of a new interior lobby and new external hoistway. 7. Mold removal and remediation. 8. Removal of hazardous materials as they relate to the renovation. A specific project is a single, standalone project or a single task order under an indefinite quantity contract. Recent is defined as having been 100% completed within the five (5) years prior to the submission due date. A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Contractor shall have acted as the Prime contractor on all submitted projects. Subcontractor experience is not considered. The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract.�Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The total estimated magnitude of construction for this contract is between $25,000,000 and $100,000,000. The anticipated award of this contract is August 2023. The appropriate NAICS code for this procurement is 236220; Annual Size Standard:�$39.5M Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Information Form. The following information shall be provided: Contractor Information: Provide your firm�s contact information including Unique Entity Identifier (UEI) and CAGE Code. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. 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 definitions or requirements for these small business programs refer to http://www.sba.gov/.�Responses must include identification and verification of the firm�s small business status. Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity.�The aggregate bonding capacity must be no less than $25M to be deemed acceptable for this notice.� Experience: Submit a minimum of three (3) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm.�A specific project is a single standalone project or a single task order under a standalone contract or an indefinite quantity contract. Recent is defined as having been 100% completed within the five (5) years prior to the submission due date. A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Contractor shall have acted as the Prime contractor on all submitted projects. Subcontractor experience is not considered. A relevant project is further defined as: Size: A minimum of 50,000 SF or greater. Scope: - Interior and Exterior Renovation of a multi-story (minimum of two stories) facility. At least one facility must be a berthing facility (Bachelor Enlisted Quarters, Barracks, Hotel, etc). Complexity: - Demolition and repair of existing finishes - Replacement of HVAC, lighting, electrical, communication, fire alarm, fire protection, or plumbing. - Repair or New Construction of an Elevator - Removal and Replacement of Roofing System Individual projects do not need to demonstrate all elements of complexity, but projects submitted should collectively demonstrate experience with each element of scope/complexity. 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. Note:�Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions.�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 a 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. RESPONSES ARE DUE ON Wednesday, 09 November 2022 by 2:00 PM local time.�The submission package shall ONLY be submitted electronically to Amanda Bricker at amanda.l.bricker.civ@us.navy.mil AND Holly Snow at holly.r.snow.civ@us.navy.mil and MUST be limited to a 4Mb attachment.�You are encouraged to request a ""read receipt."" Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to Amanda Bricker at amanda.l.bricker.civ@us.navy.mil AND Holly Snow at holly.r.snow.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/afcf89ea76164287b289ee861aca434b/view)
 
Place of Performance
Address: Groton, CT, USA
Country: USA
 
Record
SN06504748-F 20221029/221027230109 (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.