News

YтАУP4042 тАУ DESIGN-BID-BUILD, MEDICAL/DENTAL CLINIC REPLACEMENT P4042,MARINE CORPS BASE CAMP LEJEUNE

Type of document: Contract Notice
Country: United States

YтАУP4042 тАУ DESIGN-BID-BUILD,
MEDICAL/DENTAL CLINIC REPLACEMENT P4042
,MARINE CORPS BASE CAMP LEJEUNE

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA

Zip Code:
23511

Contact:
Georgia Scott, georgia.scott@navy.mil

Link:

Date Posted:
10/01/2018

Classification:
Y

Contract Description:

SOURCES SOUGHT NOTICE FOR
P4042 тАУ DESIGN-BID-BUILD,
MEDICAL/DENTAL CLINIC REPLACEMENT P4042
,MCB CAMP LEJEUNE
Notice Type: Sources Sought
Solicitation No: N40085-18-R-0613
Response Date: 1/24/2018 1:00 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 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 the following project:
P4042 тАУ DESIGN-BID-BUILD, MEDICAL/DENTAL CLINIC REPLACEMENT P4042,MCB CAMP LEJEUNE
The project will construct a new two story free-standing medical/dental facility of approximately 40,000 SF.
All Engineering systems will be furnished including Structural, Fire Suppression, Plumbing, HVAC, Electrical, and Communications. The basic structural frame will be comprised of steel columns supporting a steel bar joist and steel deck roof system. The exterior will be CMU and brick cavity walls. Portions of the exterior walls will be hardened for Anti-Terrorism/Force Protection (AT/FP) and windows within the hardened portion will AT/FP requirements. The facility will be fully sprinklered in accordance with DOD criteria. The facility will be provided with a complete and usable domestic cold/hot water distribution with hot water recirculation and sanitary drainage with all associated fixtures, equipment, and appurtenances.
In addition, a complete and usable cooling and heating system will be provided with all associated ductwork and equipment. Mechanical equipment will include a direct expansion dedicated outside air unit with heat recovery wheel and a variable refrigerant flow system. A central dental evacuation system will be included in the plumbing. The mechanical equipment will be controlled by a Direct Digital Control system (DDC). The clinic will be served by 200 pair copper cable for voice service and 24 strand single mode optical fiber. The telecommunications infrastructure system will include 4-pair, category 6 cables. The voice and data system will include equipment racks, cabling, combination voice and data outlets, and termination equipment.
The telecommunications systems will include: nurse call, public address, fire alarm, cable television, access control, an intrusion detection system infrastructure only, and a duress alarm system infrastructure only. A lightning protection system will be provided. Construction of supporting facilities will include all site utilities, site preparation, site improvements, paving (parking and roadways), and access roads.
All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), 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.
If the resulting solicitation is set aside for small businesses firms, it 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 August 18 . The North American Industry Classification System (NAICS) Code for this project is 236220, with a small business size standard of 36,500,000.
THIS SYNOPSIS 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. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages total) demonstrating the ability to perform the requested services.
All responses shall include the following:
1. Completed SOURCES SOUGHT я┐╜я┐╜я┐╜ CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding.
Contractor must be able to demonstrate a per of at least project bonding capability $25,000,000
Note: If you are submitting as an 8(a) Mentor Protя┐╜я┐╜gя┐╜я┐╜, please indicate the percentage of work to be performed by the Protя┐╜я┐╜gя┐╜я┐╜.
2. Completed SOURCES SOUGHT я┐╜я┐╜я┐╜ PROJECT INFORMATION FORM (form attached) for each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements.

Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrates your experience on projects that are similar in size, scope, and complexity The attached construction experience project data form shall be utilized to demonstrate experience. Of the projects submitted, at least one must be a Medical and/or a Dental Facility. For purposes of this sources sought, a relevant project is defined as follows:
Work Experience:
Similar size: 35,000 SF or greater for multiple level covered structures and project value of $18,000,000 or
greater.
Similar Scope: 1) New construction of a medical facility to include medical clinics, dental clinics, outpatient ambulatory care center or hospitals.
Similar Complexity: Project(s) demonstrating similar complexity need not be of similar size or scope.
1.
Project(s) demonstrating the ability to manage a multi-storied project on constrained site.
2. Has experience laying brick in a Georgian /historic aesthetic context, experience with installing elevators that meet the Navy Design criteria, installation
of high performance energy systems and performing enhanced commissioning of a building.
The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Georgia Scott at georgia.scott@navy.mil, and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email.
RESPONSES ARE DUE NO LATER THAN:1/24/2018 AT 1:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.

Response Date:
012418

Sol Number:
N4008518R0613

 

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