News

YтАУP-604 Missile Magazines and will be located at Naval Magazine Indian Islands, WA.

Type of document: Contract Notice
Country: United States

YтАУP-604 Missile Magazines and will be located at Naval Magazine Indian Islands, WA.

Agency:
Department of the Navy

Official Address:
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA

Zip Code:
98315

Contact:
Dustin Barros
Dustin.barros@navy.mil

Link:

Date Posted:
16/02/2018

Classification:
Y

Contract Description:
GENERAL INFORMATION
Document Type: Sources Sought Notice
Sources Sought Number: N4425518MKTG5
Solicitation Number: TBD
Posted Date: TBD
Classification Code: Y- Construction of Structures and Facilities
NAICS Code: 236220 Commercial and Institutional Building Construction
CONTRACTING OFFICE ADDRESS
Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Dustin Barros, 1101 Tautog Cir, Silverdale, WA 98315
DESCRIPTION
This is a Sources Sought notice only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP.
The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 236220 тАФ Commercial and Institutional Building Construction. The applicable size standard is $36.5M average annual gross receipts. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO.
Responses to this Sources Sought are not adequate responses to the solicitation announcement.
No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.
This is a Military Construction (MCON) project. The project title is P-604 Missile Magazines and will be located at Naval Magazine Indian Islands, WA.
The general scope of this requirement is for the Design-Bid-Build (DBB) Construction of five standard Type-D Earth Covered Magazines (ECMs) (total area of 56,000 SF).
The ECMs will be constructed as cast-in-place concrete structures with earth berm covers on grade. P-604 also include a pre-engineered metal building (~5,000 sf) that will be used for inert storage with a two stall forklift charging station. The scope includes demolition of three existing World War 2 (WWII)/Korean War-era igloo magazines and portion of existing roads.
This project will provide Electronic Security System/Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations and physical security in accordance with DoD Minimum Anti-Terrorism Standards for Buildings.
Environmental mitigation in compliance with state and local law may include sound mitigation to protect mammal populations, permits and monitoring, biological and archeological monitoring, protection of tribal trust resources and assets, environmental restoration, habitat conservation, and premiums for environmentally caused delays.
The estimated total contract price range, per DFAR 236.204, is between $25,000,000 and $100,000,000.
This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act я┐╜я┐╜я┐╜ Construction Materials under Trade Agreements. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding and the capability to perform a DBB construction contract for work similar in size, scope and complexity.
SUBMISSION REQUIREMENTS:
Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The total number of pages is limited to 10 single sided 8 я┐╜я┐╜ x 11 pages for the Sources Sought Information form response and two single sided 8 я┐╜я┐╜ x 11 pages for a cover letter.
Please include the following information:
1) Name of the Firm, DUNS number, address, and point of contact information.
2) Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, and/or a Small Business concern. For more information on the definition or requirements for these, refer to
3) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.
4) Identify that you are willing to work at the specified location.
5) Experience: Using the Sources Sought Information Form, submit a maximum of five (5) projects describing the government or commercial contracts/projects your firm has at least 25% self-performed, supervised by one superintendent from start to finish, and completed in the last ten (10) years, with projects that are similar in size, scope, and complexity as indicated below.

я┐╜я┐╜я┐╜ Dollar Value:
o Minimum project total construction cost of $15M.
я┐╜я┐╜я┐╜ Scope:
o Reinforced concrete building similar to magazine construction with a minimum facility size of 10,000 square feet.
o A minimum of three acres of site preparation which includes site clearing, excavation, grading, grubbing, berming, landscaping, utility duct trenching, erosion control, removal and disposal of contaminated soils if found during construction.
o A minimum of one acre of paving and site improvements which includes grading, roadways, retaining walls for road widening, curbs, paving to accommodate vehicle approach/apron and loading area, retaining walls, sidewalks, landscaping, signs, and storm water management facilities
я┐╜я┐╜я┐╜ Complexity:
o Managing the sequence of activities in a construction schedule to complete multiple facilities with wetlands and wildlife restrictions.

If the Offeror is a Joint Venture (JV), relevant experience should be submitted by the JV entity. If the JV has no combined experience, at least one relevant project from each member is requested.
Every project should meet at least one scope element. The complexity item should be demonstrated at least once throughout the submitted projects. The highest qualified companies should demonstrate each of the scope and complexity elements at least once within the relevant projects.
a) For each of the contracts/projects submitted for experience, provide the
я┐╜я┐╜я┐╜ Title
я┐╜я┐╜я┐╜ Location
я┐╜я┐╜я┐╜ Whether prime or subcontractor work
я┐╜я┐╜я┐╜ Contract or subcontract value
я┐╜я┐╜я┐╜ Type of contract
я┐╜я┐╜я┐╜ Identify if design-build or design-bid-build
я┐╜я┐╜я┐╜ Contract completion date
я┐╜я┐╜я┐╜ Customer point of contact including phone number
я┐╜я┐╜я┐╜ Narrative description of the products/services provided by your firm
Please respond to this Sources Sought announcement by 1 March 2018 to Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Dustin Barros 1101 Tautog Circle, Silverdale, WA 98315.
Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered.
All solicitations for NAVFAC Northwest are available at by searching the synopsis database using Unit Identification Code (UIC) N44255.
No reimbursement will be made for any costs associated with information provided in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC-NW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis.
All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.

Response Date:
030118

Sol Number:
N4425518MKTG5

 

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