News

YтАУP222- DESIGN-BID-BUILD, Airfield Security Improvements, Marine Corps Air Station (MCAS), Cherry Point, North Carolina тАУ Sources Sought

Type of document: Contract Notice
Country: United States

YтАУP222- DESIGN-BID-BUILD, Airfield Security Improvements, Marine Corps Air Station (MCAS), Cherry Point, North Carolina

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA

Zip Code:
23511

Contact:
Georgia Scott
Georgia.scott@navy.mil

Link:

Date Posted:
08/11/2018

Classification:
Y

Contract Description:
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.
The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing P-222, Design-Bid-Build, Airfield Security Improvements, Marine Corps Air Station (MCAS), Cherry Point, North Carolina, Pennsylvania, Marine Corp Reserve Center.
Description: SOURCES SOUGHT NOTICE FOR P222- DESIGN-BID-BUILD, Airfield Security Improvements, Marine Corps Air Station (MCAS), Cherry Point, North Carolina
Notice Type: Sources Sought
Solicitation No: N40085-19-R-9021
Response Date: 11/23/2018 2:00 PM Eastern Time
Classification Code: Y
NAICS Code: 236220
Magnitude of Construction: Between $10,000,000 and $25,000,000
This project will provide Level II security upgrades for the MCAS Cherry Point airfield as required by Marine Corps Order (MCO) 5530.14A Marine Corps Physical Security Manual.
These security upgrades include fencing, motorized vehicle gates, and pedestrian turnstiles. New patrol access roads and relocating existing facilities impacted by the security upgrades are also included in the project.
This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations and physical security in accordance with DOD Minimum Anti-Terrorism Standards for Buildings.
Paving and site improvements include re-routing a portion of Mary Lou Road and 7th Ave, constructing new patrol access roads, sheet pile repairs and installation and relocating paved storage areas impacted by the security upgrades. Associated grading, roadways, curbs, sidewalks, fencing, signs, and stormwater drainage are included in this project.
Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders.
Low Impact Development will be included in the design and construction of this project as appropriate. This project will include the demolition and replacement of Bldg. #3891 (a single-story 3003 SF storage building).
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 я┐╜я┐╜я┐╜ Commercial Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with FAR 36.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that я┐╜я┐╜я┐╜The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.я┐╜я┐╜я┐╜ This office anticipates award of a contract for these services by April 2019.
It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form provided as attachments to this notice.
The Sources Sought Project Information Form shall be used to document a minimum of two and up to a maximum of five relevant construction projects completed in the past seven years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A minimum of one relevant site work project AND a minimum of one relevant fencing project shall be submitted. For purposes of this evaluation, a relevant project is defined as follows:
Site Work Experience:
я┐╜я┐╜я┐╜ Site Work Size: Site work project with a final construction cost of at least $10,000,000 or a project that contains a portion of site work where the site work portion has a final construction cost of at least $10,000,000.
я┐╜я┐╜я┐╜ Site Work Scope/Complexity: Construction of site improvements including roads, paving, grading, fencing, and mechanical/electrical utilities.
Fencing Experience:
я┐╜я┐╜я┐╜ Fencing Size: Fencing project with a final construction cost of at least $1,000,000 or a project that contains a portion of fencing portion where the fencing portion has a final construction cost of at least $1,000,000.
я┐╜я┐╜я┐╜ Fencing Scope/Complexity: Construction of a perimeter security fence.
Please note that if you are responding as an 8(a) Mentor-Protя┐╜я┐╜gя┐╜я┐╜, you must indicate the percentage of work to be performed by the protя┐╜я┐╜gя┐╜я┐╜.
A copy of the SBA letter stating that your 8(a) Mentor-Protя┐╜я┐╜gя┐╜я┐╜ agreement has been approved would be required with your proposal, if requested.
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 a solicitation. 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 Governmentя┐╜я┐╜я┐╜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 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.
RESPONSES ARE DUE NLT 23 NOVEMBER 2018 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED.
The package shall be sent via electronic mail to Georgia Scott at Georgia.Scott@navy.mil.
Attachments are limited to a total of 5MB.

Response Date:
112318

Sol Number:
N40085R199021

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy