News

YтАУDESIGN BID BUILD (DBB) P-1901, DLA CONSOLIDATED WAREHOUSE, PORTSMOUTH NAVAL SHIPYARD (PNSY), KITTERY MAINE

Type of document: Contract Notice
Country: United States

YтАУDESIGN BID BUILD (DBB) P-1901, DLA CONSOLIDATED WAREHOUSE, PORTSMOUTH NAVAL SHIPYARD (PNSY), KITTERY MAINE

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:
John Bishop
(757)341-1979
john.p.bishop1@navy.mil

Link:

Date Posted:
18/10/2018

Classification:
Y

Contract Description:
SOURCES SOUGHT NOTICE FOR
DESIGN BID BUILD (DBB) P-1901, DLA CONSOLIDATED WAREHOUSE, PORTSMOUTH NAVAL SHIPYARD (PNSY), KITTERY MAINE
Notice Type: Sources Sought
Solicitation No: N40085-19-R-9002
Date: 18 October 2018
Response Date: 25 October 2018 15:00 EDT
Classification Code: Y-Construction of Structures and Facilities
NAICS Code: 236220 Commercial and Institutional Building Construction
Small Business Size Standard: $36.5m
Magnitude of Construction: $10,000,000 to $25,000,000
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 construction services for DLA Consolidated Warehouse, Portsmouth Naval Shipyard, Kittery, Maine.

This project requires a 29,200 SF addition to the existing warehouse Building 170. The project will consist of constructing a one-story, high-bay steel framed storage warehouse addition with an insulated pitched metal standing seam roof set on a reinforced concrete floor slab and foundation to match the existing warehouse. This project constructs a new warehouse addition to building 170 and includes staging areas, scale, mechanized overhead doors, utility services, fire suppression, fire pumps, alarm and security systems, grounding and lightning protection, anti-terrorism force protection and related work. Special costs include cybersecurity, building commissioning, Post Construction Award Services (PCAS) and Operations, Maintenance and Support Information (OMSI).
Site improvements include all paving, walks, POV parking and restriping, fencing, and gates, topsoil, seed and landscaping, and storm water management.
Demolition and site preparation includes tree removal, clearing and grubbing, removal of paving and walks, removal of unsuitable soil, erosion and sediment control. Special foundations include bedrock excavation, grade beams, footings, and piers. Utilities include electrical, fire, water, sanitary services, connections, and utility relocations.
Anti-terrorism force protection (AT/FP), cyber-security, and sustainable design principles will be incorporated into the design and construction.
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 Governmentя┐╜я┐╜я┐╜s best interest. The contract(s) 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 in December 2018.
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 to the RFP.
Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this RFP. For the purposes of this evaluation, a relevant project is further defined as:
Size: A final construction cost of $8 million dollars or greater.
Scope: New construction of a commercial or industrial facility, at least two stories tall, and/or construction of a single story warehouse high bay structure.
Complexity: Each submitted project does not require demonstrated experience with all of the following elements, but collectively, experience with all elements must be established throughout the submitted relevant projects.
(a) Construction that dealt with foundations supported by shallow ledge (bedrock) in a colder, northern climate (e.g.
Maine, New Hampshire, Massachusetts, Illinois, Michigan, Utah, South Dakota, etc).
(b) Modification or construction of utility distribution systems, specifically utility outages, and/or temporary utilities that involved relevant utility systems, such as: primary electrical; low-voltage electrical and telecommunications (fiber and copper); building sprinkler water systems.
(c) Design and installation of heavy materials storage automated racking systems.
(d) Construction / installation of passive Radon Gas mitigation systems.
(e) Tying into existing steam system as heat source.
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 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 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 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 package shall be submitted electronically to John Bishop via email at john.p.bishop1@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 Thursday, 25 October 2018 at 15:00 EDT. LATE RESPONSES WILL NOT BE ACCEPTED.

Response Date:
102518

Sol Number:
N4008519R9002

 

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