Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SOURCES SOUGHT

Z -- SOURCES SOUGHT NOTICE: N4008523R2633 DBB BUILDING CEP-201 RENOVATIONS AT NAVAL STATION NORFOLK IN NORFOLK, VIRGINIA

Notice Date
4/11/2023 10:48:28 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
N4008523R2633
 
Response Due
4/24/2023 11:00:00 AM
 
Point of Contact
Kristy Wright
 
E-Mail Address
kristy.l.wright12.civ@us.navy.mil
(kristy.l.wright12.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� 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 Building CEP-201 Renovations at Naval Station Norfolk in Norfolk, VA. General Work Requirements: Bldg CEP-201 Renovation � The project will renovate and repair three (3) buildings: CEP-201, CEP-201C, and CEP-201E; demolish building CEP-201D complete; construct one (1) lumber storage shed; demolish and replace the concrete apron around building CEP-201; and rework of existing POV parking lot. The renovation includes the removal and replacement of the exterior building envelope, including roof. Removal/demolition will include the following elements: concrete stairs, railings, metal panel walls, metal, metal panel roof, gutters, downspouts, insulation, skylights, ceilings, windows, personnel doors, overhead doors, dock levelers, loading dock equipment, toilets, sinks, HVAC equipment, and light fixtures.� New work includes providing the following elements: main entrance canopy, concrete stairs, railing, CMU walls with insulated metal panel rain screen, insulated metal roof, gutters, downspouts, ceilings, windows, personnel doors, automated overhead doors, automated dock levelers, loading dock equipment, pedestrian safety barriers, toilets, sinks, HVAC equipment, and light fixtures. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. This is a new procurement.� It does not replace an existing contract. No prior contract information exists. The appropriate NAICS code for this procurement is 236220 � Commercial and Institutional Building Construction, and the small business size standard is $45,000,000. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. The anticipated award of this contract is September 2023.� It is requested that interested small businesses respond to this sources sought announcement by using the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. These forms are required. Information not provided may prohibit your firm from consideration. The following information shall be provided: 1. Contractor Information: Provide your firm�s contact information including Unique Entity Identifier (UEI) and CAGE Code. 2. 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. 3. 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 $35M to be deemed acceptable for this notice. 4. . Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. Experience of proposed subcontractors will not be considered. Furthermore, the offeror�s experience as a subcontractor will not be considered. Recent is defined as having been 100% completed within the last five (5) years prior to the submission due date. For each of the submitted relevant projects (a maximum of five (5) 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, final construction cost, and addresses how the project meets the scope/complexity requirements. A relevant project is further defined as: Size: A final construction cost of $35,000,000 or greater. At least one project should have a final construction cost of $50,000,000 or greater. Scope: Renovation and repair, or additions to an existing warehouse and administration spaces. Complexity: Relevant projects should cumulatively demonstrate experience with each of the following elements: Building Envelope repairs to include exterior walls and roof replacement; Repairs to the existing Warehouse Doors and loading dock hardware/equipment; Fire Protection system replacement; HVAC system replacement; Site work including replacement of sanitary and storm drain laterals Note:� The Offeror�s capability package shall, cumulatively, demonstrate experience with ALL of the elements listed under �Scope and Complexity.� All elements do not have to have been completed under one project. Offerors should attempt to identify which element(s) of work are addressed in each submitted project. Submitted relevant projects shall demonstrate the following characteristics: a) Experience as the Offeror or first tier subcontractor on experience projects b) Experience with new construction (at least one (1) project), repair and/or renovation (at least one (1) project) that required staging, experience with design-build (at least one (1) project). For purposes of evaluating capability, the �Offeror� is defined as the prime contractor, as well as their proposed first-tier small business subcontractors, that demonstrate experience on relevant projects that meet size, scope and complexity. 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. In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above. 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 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. 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. Responses are due on 24 April 2023 by 2:00 P.M. local time.� The submission package shall ONLY be submitted electronically to Kristy Wright at kristy.l.wright12.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 kristy.l.wright12.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ebc7c12a0b4405dab78152fd2e020a3/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06647519-F 20230413/230411230112 (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.