News

YтАУHeadquarters Facilities

Type of document: Contract Notice
Country: United States

YтАУHeadquarters Facilities

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

Link:

Date Posted:
31/05/2019

Classification:
Y

Contract Description:
Notice Type: Sources Sought
Solicitation No: N40085-19-R-9148
Response Date: 6/14/2019 2:00 PM Eastern Time
Classification Code: Y
NAICS Code: 236220
Magnitude of Construction: Between $10,000,000 and $25,000,000
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 Q1395, Design-Bid-Build, SOF Marine Raider Regiment HQ at Marine Corps Base Camp Lejeune, North Carolina.
This work constructs 2,788 SM (30,000 SF) of Headquarters Facilities and includes miscellaneous supporting structures, utilities, parking, roadways, sidewalks, running trails, and site work.
The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits, and translucent wall panels. Special construction features include soil surcharge loads, and storm water best management practices. Electrical systems include primary power distribution, lighting, energy monitoring/control systems, intrusion detection system, telephone/data switch/server rooms, electrical switch gear, transformers, circuits, and fire alarms. Mechanical systems include plumbing, fire protection, compressed air, dehumidification, air conditioning systems, and digital controls. Information systems include telephone, data, local area network, mass notification and intercom.
Site work will include building utility systems, traffic control, parking, domestic water, fire protection water, sanitary sewer, sewage conveyance, propane gas networks, perimeter security fencing, gates, storm water management, fiber/copper communications, cable television, and area lighting. Department of Defense 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 features will be included in the design and construction of this project as appropriate. This project will provide Anti-Terrorism/Force Protection (AT/FP) features to comply with Department of Defense (DoD) Minimum Anti-Terrorism Standards for Buildings and MCO 5530.14A Marine Corps Physical Security.
This project includes Geospatial Data Surveying/Mapping.
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 я┐╜я┐╜я┐╜ Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFARS 236.204, 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 February 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 a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity to the project described herein.
A relevant project is further defined as:
Size: Cumulative 20,000 SF or greater for a single structure or multiple covered structures and a project value of $10,000,000 or greater.
Scope: New construction of a military administration or headquarters building.

Complexity: Projects demonstrating construction experience of facilities with complex network security and intrusion detection.
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 14 June 2019 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:
061419

Sol Number:
N4008519R9148

 

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