Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2023 SAM #7921
SOURCES SOUGHT

Y -- P-207 Renovation Multiple Award Construction Contract (MACC) NAVFAC Washington AOR

Notice Date
8/3/2023 6:04:20 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008023R0762
 
Response Due
8/17/2023 11:00:00 AM
 
Archive Date
08/18/2023
 
Point of Contact
Tracey Stephens, Phone: 5408508637, Holly Snow, Phone: 2024500320
 
E-Mail Address
tracey.y.stephens.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil
(tracey.y.stephens.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT. 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 conduct market research to determine if sources capable of satisfying this agency�s requirements exist. The information received will be utilized within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Naval Facilities Engineering Systems Command, Washington (NAVFAC WASH) is seeking eligible small business firms capable of performing construction services to Renovate P-207 USCG Hangar 14, Joint Base Andrews (JBA), Camp Springs, MD. 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. 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. PROJECT DESCRIPTION: This work will be to renovate a portion of Hangar 14 (Bldg 3148) to provide Full Operational Capability (FOC) facilities for the Coast Guard National Capital Region (NCR) Rotary Wing Air Intercept (RWAI) mission at Joint Base Andrews (JBA), MD. This project will modernize the mostly vacant hangar facility; reconfigure the existing first and second floor administrative shop, storage and support spaces; repair the building envelope; renovate supporting building mechanical and electrical systems, and provide USCG C4IT systems. Renovation work includes replacement of the building's windows, most doors (except the hangar sliding doors which are in good operational condition) and hangar roof, a major reconfiguration to the existing first and second floors to accommodate the admin, shop and personnel and facilities support. This will include new interior partition, doors, finishes and associated mechanical, electrical and Command, Control, Communication, Computer and Information (C4IT) systems. Office and aircraft support areas within the facility will be completely configured. The contractor shall provide all material, labor, transportation, tools, equipment, management, supervision and quality control necessary to accomplish the scope of work. In accordance with DFARS 236.204, the magnitude of construction for P-207 is between $25,000,000 and $100,000,000. The applicable North American Industry Classification System (NAICS) code shall be 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $39.5M If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. SUBMISSION REQUIREMENTS 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 (form attached) and Project Data Form (form attached).� These forms are required.� Information not provided may prohibit your firm from consideration. 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. 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/complete replacement or repair, the final construction cost, and addresses how the project meets the scope/complexity requirements Submit a minimum of three (3) and 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.� A relevant project is further defined as ����������� Size: A final construction cost of at least $35,000,000. ����������� Scope/Complexity: Relevant projects chosen by the offeror for evaluation should ���������� ��demonstrate experience with the following elements:����� ����������� ����������������������� Interior and Exterior renovation of a hangar to include replacement/repairs of ���� ������������ �������������multiple building systems (e.g. Mechanical, electrical, HVAC, plumbing etc.) 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 THURSDAY, 17 AUGUST 2023 NLT 1400 LOCAL TIME. The submission package shall ONLY be submitted electronically to Contract Specialist, Tracey Stephens at tracey.y.stephens.civ@us.navy.mil and, Contracting Officer, Holly Snow at holly.r.snow.civ@us.navy.mil and MUST be limited to a 4MG attachment. You are encouraged to request a �read receipt.�� Responses received after the deadline or without the required information will not be reviewed. Large business submittals will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/26ff15d52a8246f2a0ac771ffd7c61d3/view)
 
Place of Performance
Address: Andrews AFB, MD, USA
Country: USA
 
Record
SN06776529-F 20230805/230803230059 (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.