News

Y–N40080-17-R-7387 Sources Sought Notice for Design Bid Build for Repair of Solid state electronic Devised Laboratory BLDG. 74/81, Naval Research laboratory (NRL), Washington, DC

Type of document: Contract Notice
Country: United States

Y–N40080-17-R-7387 Sources Sought Notice for Design Bid Build for Repair of Solid state electronic Devised Laboratory BLDG. 74/81, Naval Research laboratory (NRL), Washington, DC

Agency:
Department of the Navy

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

Zip Code:
20374

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

Link:

Date Posted:
11/05/2017

Classification:
Y

Contract Description:
N40080-17-R-7387 – SOURCES SOUGHT NOTICE FOR ��� DESIGN BID BUILD – REPAIR SOLID STATE ELECTRONIC DEVICES LABORATORY BLDG. 74/81, NAVAL RESEARCH LABORATORY (NRL), WASHINGTON, DC
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:
Solid State Electronic Devices Laboratory ��� Bldg. 74/81, Naval Research Laboratory (NRL), Washington, DC.
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.
PROJECT DESCRIPTION:
NRL 74 Renovate Building (Solid State Lab): The project consists of renovating and restoring Buildings #74and #81 to provide research, testing, clean room and laboratory facilities for the electronic science and technology mission.
The renovation includes replacement and repair of structural and architectural systems including steel framing, second floor assembly, roof, windows, doors, exterior finishes, exterior egress stairs, elevator, partitions, interior finished, laboratory facilities and abatement of hazardous materials. The renovation also includes replacement of mechanical and electrical systems including controls, chilled water system, air handling system, fire protection, clean room and laboratory systems (water, gas, ventilation, pressurization, and filtration), lighting, power and electrical distribution.
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.
The ���AT/FP (inside)��� line-item includes standard force protection measures such as mass notification systems, emergency shutoffs for ventilation systems, laminated windows, blast resistant window and door frames, and emergency lighting and signage.
Built-in equipment includes casework (lab benches, cabinets, tables), clean room wall system, exhaust hoods and systems, fire pump, raised floors, generator and a passenger/freight elevator.
Sustainable principles will be included in the construction of the project in accordance with Executive Order 13423 and other laws and Executive Orders. Facilities will meet LEED ratings and comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007.
Low Impact Development will be included in the design and construction of this project as appropriate. Special construction features include system for enhanced chemical filtration for cleanliness of labs, lab gas piping, lab water piping, processes cooling water distribution system, additional chilled water capacity, building pressurization, construction of a clean room, replacement of a pre-engineered building/envelope and egress stairs for building. Electrical utilities include primary voltage underground conductors, switchgear, and buss bars; secondary voltage underground conductors, duct bank, raceway, and manholes; grounding and metering, exterior telecommunication cabling and duct bank, and two transformers (3,000 KVA each).
Environmental mitigation includes removal of hazardous materials including mercury, asbestos, lead paint, and poly-chlorinated-bi-phenols. Facilities will be constructed to meet or exceed the useful service life specified in DoD Unified Facilities 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 existing building is unoccupied.
This documentation shall address, as a minimum, the following:
(1) Relevant Experience, no more than two (2) 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.
No more than two relevant projects shall be submitted.
(2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status.
(3) Statement regarding Bonding Capabilities.
The package shall be sent by mail to the following address: Naval Facilities Engineering Command, Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Pat Martin).
Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 26 May 2017. Questions or comments regarding this notice may be addressed to Pat Martin, (202) 685-6293; patricia.d.martin@navy.mil.

Response Date:
052617

Sol Number:
N4008017R7387

 

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