News

YтАУDB P-487 RECYCLING/HAZARDOUS WASTE FACILITY MCAS BEAUFORT

Type of document: Contract Notice
Country: United States

YтАУDB P-487 RECYCLING/HAZARDOUS WASTE FACILITY MCAS BEAUFORT

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA

Zip Code:
23511

Contact:
Crystal Chatmon
crystal.chatmon@navy.mil
757-341-1999

Link:

Date Posted:
25/10/2018

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-487, Design-Build, Recycling/Hazardous Waste Facility, Marine Corps Air Station Beaufort, Beaufort, South Carolina.
This work includes constructing a low rise steel-framed, reinforced concrete masonry unit (CMU) building with exterior split-faced CMU veneer, standing seam metal roof system, and pile foundation.
Interior construction includes metal stud gypsum wall board, heating, ventilation and air conditioning. The project will include receipt, processing, covered storage, staging and
transfer areas, personnel support spaces and administrative areas. Construct a low rise steel-framed, reinforced CMU structure housing the administrative offices, toilets, showers and lockers, storage, conference room, break area and utility spaces. This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations, physical security and progressive collapse mitigation in accordance with DOD Minimum Anti-Terrorism Standards for Buildings.
Information systems include telephone, computer network, fiber optic, cable television,
security and fire alarm systems and intrusion detection/automated access control infrastructure.
Built-in equipment includes gear lockers, cases and shelving.
Department of Defense (DoD) and Department of the Navy (DON) 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 (LID) will be included in the design and construction of this project
as appropriate.
Paving and site improvements includes asphalt parking, sidewalks and landscaping.
Demolition includes Building #1258 (399 m2), Building #1030 (152 m2) and Building #1205
(606 m2).
Facilities will be designed to meet or exceed the useful service life specified in DoD
Unified Facility Criteria. Facilities will incorporate features that provide the lowest
practical life cycle cost solutions satisfying the facility requirements with the goal of
maximizing energy efficiency
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236210 я┐╜я┐╜я┐╜ Industrial 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 $5,000,000 and $10,000,000. If set-aside exclusively for small business participation, the contract would 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 March 2019.
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) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein.
A relevant project is further defined as:
Size: 10,000 SF or greater for covered structures and a final construction cost of $5,000,000 or greater.
Scope: New construction of a multi-building complex.
Complexity: Experience in complying with environmental permits in the state of South Carolina.
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-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 06 November 2018 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED.
The package shall be sent via electronic mail to Crystal Chatmon at crystal.chatmon@navy.mil.
Attachments are limited to a total of 5MB.

Response Date:
110618

Sol Number:
N4008519R9018

 

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