News

Y–N40080-17-R-5030 – Sources sought Notice for construction services of a Navy Gateway Inn and Suite (NGIS) at Naval support Facility (NSF) Dahlgren, Virginia.

Type of document: Contract Notice
Country: United States

Y–N40080-17-R-5030 – Sources sought Notice for construction services of a Navy Gateway Inn and Suite (NGIS) at Naval support Facility (NSF) Dahlgren, Virginia.

Agency:
Department of the Navy

Official Address:
N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC

Zip Code:
20374

Contact:
Pat Martin
patricia.d.martin@navy.mil

Link:

Date Posted:
19/06/2017

Classification:
Y

Contract Description:
N40080-17-R-5030 SOURCES SOUGHT NOTICE FOR ��� CONSTRUCTION OF A NAVY GATEWAY INN and SUITES (NGIS) LODGING FACILITY AT NAVAL SUPPORT FACILITY (NSF), DAHLGREN, VA
THIS IS NOT A SOLICITATION ANNOUNCMENT. The Naval Facilities Engineering Command, Washington, DC is seeking eligible small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses firms capable of performing the construction of:
Navy Gateway Inn and Suites (NGIS) Lodging Facility ��� Navel Support Facility (NSF) – Dahlgren, VA
In accordance with DFARS 236.204(i), the magnitude of this project is between $10,000,000 and $25,000,000. All small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond.
Large business submittals will not be considered.
Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of unrestricted, full and open competition is in the Government���s best interest. The appropriate NAICS Code is 236220 Commercial and Institutional Building Construction. This synopsis is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.
Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.
It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company���s ability to demonstrate existing, or developed, expertise and experience in relation to this contract.
PROJECT DESCRIPTION:
Navy Gateway Inns and Suites (NGIS): The project consists of the construction of a new lodging facility at Naval Support Facility (NSF); Dahlgren, Virginia.
The lodging facility shall have 125 guest rooms: 121 standard rooms and 4 suites. Of the 121 standard rooms 7 shall meet the Architectural Barriers Act (ABA) mobility requirements, and 12 shall have ABA communication features. Standard guest rooms shall be 27.9 NSM (300 NSF) minimum and 30.2 NSM (325 NSF) maximum. The guest suites shall be 41.8 NSW (450 NSF) minimum and 56.3 NSM (606 NSF) maximum.
The standard guest room shall have a sleeping area, and a bathroom space, while the Guest Suites will have a sleeping room, bathroom as well as an additional living room space with a small kitchenette with counter space, sink and under counter refrigerators. Each floor shall have a vending area with vending and ice machines.
The facility will also have administrative offices, building support areas, lobby, reception, and guest laundry facilities.
The facility will have a steel frame with metal stud exterior / concrete masonry on a raised slab on pile foundation system. The exterior skin clad may be a combination of brick veneer, concrete/stone base, insulated metal panels and possibly curtain walls in select areas. The roof may a combination of standing seam and modified bitumen.
Built-in equipment shall include one combination passenger/freight 3,500 lbs. hydraulic elevator and generator.
This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings.
Site preparation includes site clearing, excavation, earthwork, soil preparation for construction, demolition of utility lines and a gravel parking lot.
Project site improvements include hard and soft landscaping items such as installation of drought resistant plants, mulch, sidewalks, parking, dumpster pad, dumpster enclosure and mechanical pads and enclosures.

Electrical utilities include primary and secondary distribution systems, utility connection, exterior lighting, transformer, and telecommunications cable and infrastructure.
Mechanical utilities include heating, ventilation, and air conditioning connections, water lines, sanitary collection system, fire protection systems including supply lines and fire pump.
This documentation shall address, as a minimum, the following:
(1) Relevant Experience, no less than three (3) projects, to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, square footage, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.
Projects should be classified as multi-family housing construction, hospitality construction, or continuously operating airport facilities construction.
Relevant projects should include (but are not limited to) the following key elements:
��� Utility demolition
��� Compliance with Anti-Terrorism and Force Protection Requirements
��� Construction in areas with restricted access
��� Vertical circulation (elevators)
��� Built-in Equipment
��� Backup Generators
Submissions need to include the contract number, indication of whether a prime or subcontractor, contract value, square footage, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.
(2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status.
All construction personnel should be cleared to work in secure areas.
(3) Statement regarding Bonding Capabilities. Provide single project and aggregate capabilities.
The package shall be submitted electronically to Pat Martin at patricia.d.martin@navy.mil, no later than 2:00 PM Eastern Standard Time on Thursday, 07 July 2017
Questions or comments regarding this notice may be addressed to Pat Martin, (202) 685-8086; patricia.d.martin@navy.mil .

Response Date:
070717

Sol Number:
N4008017R5030

 

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 – 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