Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2024 SAM #8353
SOURCES SOUGHT

Y -- P-7889 DENTAL CLINIC REPLACEMENT, MARINE CORPS RECRUIT DEPOT PARRIS ISLAND, SC

Notice Date
10/8/2024 5:33:25 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2500
 
Response Due
10/22/2024 11:00:00 AM
 
Archive Date
11/06/2024
 
Point of Contact
Andy Bui, Phone: 7573411652, John Bishop, Phone: 7573411979
 
E-Mail Address
andy.h.bui.civ@us.navy.mil, john.p.bishop23.civ@us.navy.mil
(andy.h.bui.civ@us.navy.mil, john.p.bishop23.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 Command, Mid-Atlantic is seeking eligible small business firms capable of performing design-bid-build construction services for P-7889 Dental Clinic Replacement, Marine Corps Recruit Depot (MCRD) Parris Island, SC. This project is to include the construction of a replacement Dental Clinic with backup power to support the Recruits and Active Duty members at the MCRD Parris Island. Supporting facilities include utilities, connection to district steam system, special foundation, site improvements, parking, signage, antiterrorism/force protection measures, and environmental protection measures. The facility will be elevated on select fill to protect the facility from flooding. The existing Dental Clinic building 674 and Pass & Identification building 602 will be demolished. 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 will include FAR clause 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008), which states that �It will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded.� This office anticipates award of a contract for these services in January 2025. 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 seven (7) years from the date of issuance of this notice.� For the purposes of this evaluation, a relevant project is further defined as: Size: Final construction cost of $35 million or greater AND a minimum of 35,000 square feet. Scope: New construction of a health care facility, such as a medical clinic, dental clinic, urgent care center, or ambulatory care center. Complexity: Multi-story structural frame consisting of reinforced concrete or structural steel. 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 $45,000,000. In accordance with DFAR 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. 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 Andy Bui via email at andy.h.bui.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, 22 OCTOBER 2024 at 14:00 EDT. �LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d4453b8b8f8432b822c3d3a96c97460/view)
 
Place of Performance
Address: Parris Island, SC 29905, USA
Zip Code: 29905
Country: USA
 
Record
SN07236427-F 20241010/241008230113 (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.