SOURCES SOUGHT
99 -- Commercial and Institutional Building Construction Hawaiian Islands Humpback Whale National Marine Sanctuary - Kihei Visitor Center/Campus
- Notice Date
- 1/19/2024 11:16:08 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- 24-0230
- Response Due
- 2/22/2024 11:00:00 AM
- Archive Date
- 03/08/2024
- Point of Contact
- Ronette McBean-Felder, Phone: 2027099253, Megan Whipple
- E-Mail Address
-
ronette.mcbean-felder@noaa.gov, Megan.Whipple@noaa.gov
(ronette.mcbean-felder@noaa.gov, Megan.Whipple@noaa.gov)
- Description
- MARKETING RESEARCH ANNOUNCEMENT� Commercial and Institutional Building Construction� Hawaiian Islands Humpback Whale National Marine Sanctuary� Kihei Visitor Center/Campus� 726 S Kihei Rd, Kihei, HI The National Oceanic and Atmospheric Administration (NOAA) is publicizing this sources sought/request for information notice in order to seek firms that have an interest in submitting a response as a Prime Contractor (Design-Build Team) for a Design-Build project at NOAA�s Hawaiian Islands Humpback Whale National Marine Sanctuary (HIHWNMS) in the City of Kihei, on the Island of Maui, Hawaii. Capabilities statement from potential sources, including but not limited to those firms that qualify under the Small Business Programs represented in the Federal Acquisition Regulations (FAR) Part 19; which includes Small Business, 8(a) Participants, HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), Veteran-Owned Small Business concerns (VOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns and Women-Owned Small Business (WOSB) concerns eligible under the WOSB Program. THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY, to identify valid sources and to gauge the business interest for Commercial and Institutional Building Design and Construction intended for the Hawaiian Islands Humpback Whale National Marine Sanctuary (HIHWNMS) � Kihei Campus, 726 S Kihei Rd, Kihei HI. The estimated range for this project is between $10 million to $15 million.� MARKET RESEARCH IS BEING CONDUCTED in accordance with Federal Acquisition Regulation (FAR) Part 10 to gain knowledge of interest, capabilities, and qualifications of other than small and small businesses operating as PRIME CONTRACTORS (Design-Build Team) with the capabilities and experience to perform the required work.� THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THIS MARKET RESEARCH. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT/REQUEST FOR INFORMATION OR ANY FOLLOW-UP INFORMATION REQUESTED.� The full extent of the work will be described in the solicitation, which may follow at a later date. However, a summary of the services to be performed is provided as follows.� Description of Work Required: The Design-Build Team will be responsible for all design services, labor, materials, equipment, and project oversight (i.e. management and field supervision) to execute a combination of new building construction or expansion, improvements and renovations to existing campus buildings, and extensive site improvements.� The scope of work is currently being developed, but may include 2000-5000 sf of new construction, demolition of an existing building, extensive renovations, repairs, and upgrades to existing buildings, and site improvements including re-paving, re-grading, landscaping, utilities replacement, and parking.���� In keeping with NOAA�s values of environmental stewardship and resource conservation, emphasis should be placed on providing a sustainable, high performance building that incorporates renewable and energy efficient technologies, and a low carbon footprint (operational and embodied), to the maximum extent possible within the constraints of the project budget. The project may include but is not limited to the following program areas and facilities:� Office Spaces Flexible classroom space Bunk rooms Staff break rooms/kitchen Garage/shop space Electrical, Mechanical, Fire Protection, and Communication spaces and updates Site security improvements Site Work including Utilities, Sidewalks, Parking, Roadways, and Landscaping Interior and exterior repairs, renovations, and upgrades�� Storm water drainage and flood mitigation improvements Other potential considerations for the facility include: Work in occupied spaces PV Panels and EV charging� Pile foundations The North American Industry Classification System Code (NAICS) is 236220 - Commercial and Institutional Building Construction. The Small Business Size Standard is $45.0 million.� FOR PURPOSES OF THIS NOTICE, Interested Design-Build Teams are invited to submit a capabilities statement/narrative demonstrating the team�s experience in leading design-build construction projects of a similar nature as described above.� The submittal shall be no longer than ten (10) pages and shall include the following information:� 1. Company name, address, point of contact with verifiably correct telephone number and email address;� 2. Company business size, including any official teaming arrangements as a partnership or joint venture; 3. Company documentation shall include verifying status as a certified 8(a) small business, Small Business, HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Veteran-Owned Small Business concerns, Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns and Women-Owned Small Business (WOSB);� 4. Details of two (2) similar projects completed within the last ten (10) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the two (2) similar projects;� a. State whether the firm acted as the Prime Contractor or Subcontractor;� b. Dates of construction for the two (2) projects;� c. All projects shall demonstrate the team�s successful design-build execution of projects of similar scope and scale and highlight any special sustainability features or certification.� d. Project references (including owner with telephone number and e-mail address);� e. Project cost, term, and complexity of job;� f. Information on the firm's bonding capability to cover 100% of the construction cost - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES; and� g. Please indicate your intent to submit an offer on a subsequent solicitation. NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work (i.e. the field office is outside of the Island of Maui, HI), please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government.� Failure to submit all information requested will result in a contractor not being considered as an interested concern.� GOOGLE FORM RESPONSES ARE REQUIRED (and include an option to upload documents). In the event a contractor is unable to gain access to the form, email responses will be permitted. A PDF copy of the Google form is attached to the Sources Sought and shall be completed, additionally, your capabilities statement (if not being submitted via Google Form), ten (10) PAGES OR LESS, shall be submitted VIA E-Mail to Ms. Ronette C. McBean-Felder, Contracting Officer, email: ronette.mcbean-felder@noaa.gov.� Your response to this Notice, is due no later than Thursday, February 22, 2024, by 2:00 PM EST� Acknowledgment of responses will not be made, nor will respondents be notified regarding the results of the Government�s evaluation of the information received. The determination to proceed with the acquisition is within the discretion of the Government. Telephone inquiries will not be accepted.� Please be reminded that a prospective Offeror interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database. Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov.� AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The Government will not reimburse responders for the cost of the submissions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3befe7e8ab0e43d887bfcbeb24b6e21e/view)
- Place of Performance
- Address: Kihei, HI, USA
- Country: USA
- Country: USA
- Record
- SN06940611-F 20240121/240119230050 (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 |