SOURCES SOUGHT
54 -- Lease or Pruchase of Modular Facilites for school expansion, Naval Station Rota Spain
- Notice Date
- 10/24/2025 6:11:52 AM
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- NAVFACSYSCOM EUROPE AFRICA CENTRAL FPO AE 09622-0051 USA
- ZIP Code
- 09622-0051
- Solicitation Number
- N3319126PURCH
- Response Due
- 11/7/2025 7:00:00 AM
- Archive Date
- 11/22/2025
- Point of Contact
- Rebecca Dennison, Phone: 34956821095, William Hepler, Phone: 34956821020
- E-Mail Address
-
rebecca.r.dennison.civ@us.navy.mil, william.j.hepler.civ@us.navy.mil
(rebecca.r.dennison.civ@us.navy.mil, william.j.hepler.civ@us.navy.mil)
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to provide temporary primary and secondary education facilities at Naval Station Rota, Spain. If you are interested in this project, please respond appropriately. Due to having separate PSC and NAICS codes, this notice will also be published under N3319126LEASE. Only a response to one notice is required. A. Requirement: The US Navy requires a relocatable building solution to provide temporary additional primary and secondary education facilities at Naval Station Rota, Spain. These facilities will satisfy interim requirements until a permanent expansion is completed for the existing elementary, middle, and high school facilities. The relocatable building solution must be designed and constructed to be readily erected, disassembled, transported, stored, and reused. It may consist of one or more sections delivered and assembled to complete construction of the designed asset. B. Facility Requirements: A relocatable building solution is required for the following additional facilities (listed in descending order of priority): 10 classrooms of at least 850 sf each. Each classroom, lab, or workspace requires electricity, heating, ventilation, air conditioning, and data/phone infrastructure. Some classrooms may require configuration and plumbing for one water closet and one lavatory to support kindergarten classes. Restroom facilities that satisfy the International Building Code (IBC) plumbing requirements for a student population of 300 students. Additionally, at least two single restrooms for staff restrooms. One educator workspace of at least 1200 sf with kitchenette and small conference area. Two science labs of at least 1200 sf each with 200 sf prep room. One dining area of at least 4000 sf with serving lines. One commercial kitchen area of at least 1700 sf. The required facilities may be met by the provision of one or more separate relocatable buildings. C. Technical Requirements: Manufacturer�s specifications for proposed relocatable buildings must meet all requirements, standards, and codes for the intended mission and comply with building and fire codes in accordance with Unified Facility Criteria (UFC) 1-201-01 and UFC 3-600-01, respectively. Relocatable buildings must comply with DOD minimum antiterrorism standards for buildings in accordance with UFC 4-010-01. The electrical systems must be compatible with 3 phase, 60Hz electrical distribution. The relocatable buildings must be designed, prefabricated, shipped, installed, and ready for use by August 1st, 2026. Required site preparation may include but is not limited to construction of foundations for placement of relocatable buildings; modification, improvement, and routing of utility services to establish points of connection to the relocatable buildings; grading for drainage; construction of pathways from existing facilities to relocatable buildings and between relocatable buildings; etc. D. Requested Information: In response to this sources sought notice, the Government is seeking the following information from interested parties: Contractor Information: Company name, address, point of contact name, telephone number, email address, CAGE code, and website. Estimated Timelines: Estimated timelines for design, fabrication, shipment, and installation of this effort. If all facilities cannot be in use by August 1st, 2026, provide a phasing plan showing how the facilities will be delivered in the order of priority listed above. If phasing is required, only the 10 classrooms and restroom facilities must be in use by August 1st, 2026. Pricing Information: Pricing information for both full purchase of the relocatable buildings and leasing the relocatable buildings, provide a separate breakout for transportation and installation cost. Useful Life: Provide the expected useful life of the relocatable buildings. Maintenance Cost: Provide the estimated, monthly, maintenance costs for the relocatable buildings. Product Information: Product information such as brochures and product data. UFC Compliance: Confirmation that the manufacturer will certify that relocatable buildings comply with applicable Unified Facility Criteria (UFC) requirements. Include technical specifications showing such compliance. Blast Resistance: Does the contractor provide any blast-resistant relocatable building solutions, and if so, a cost and delivery timeline comparison between non-blast-resistant and blast-resistant options. Provide specifications on the blast-resistant relocatable solution. Site Preparation: Site preparation may be performed under the same contract for the purchase/lease of the relocatable buildings or the Government may perform site work independently of this contract. Indicate your company�s range of ability to self-perform or subcontract site preparation. Interested parties that cannot self-perform or subcontract site preparation will still be considered. Past Experience: Examples of past experience providing relocatable building solutions of a similar nature, including the size and scope of the project, location, cost, and timeline. E. Submission Details: Responses should include: Identification and verification of the company�s small business status (if applicable). Contractor�s Unique Entity Identifier (UEI) and CAGE Code(s). Provide descriptions your firm�s past experience on no more than three (3) projects with greater than 90% complete (not including lease time) on those projects completed within the last five years which are similar to this project in size, and scope. Provide documentation demonstrating experience for providing similar buildings. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, and quality of performance. NOTE: Total submittal package must be no longer than 10 pages. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately and independently from any responses to this market survey. F. Registration: All contractors must be registered in the System for Award Management (www.SAM.gov) prior to solicitation of a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/34049f02feb64a0a99c6576d8d11f497/view)
- Place of Performance
- Address: Rota, ES-CA 11520, ESP
- Zip Code: 11520
- Country: ESP
- Zip Code: 11520
- Record
- SN07627829-F 20251026/251024230037 (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 |