News

YтАУP947- DESIGN-BUILD, Welding and Body Repair Shop Facility, Marine Corps Logistics Base, Albany Georgia

Type of document: Contract Notice
Country: United States

YтАУP947- DESIGN-BUILD, Welding and Body Repair Shop Facility, Marine Corps Logistics Base, Albany Georgia

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 757-341-0691,
Email: Georgia.scott@navy.mil

Link:

Date Posted:
30/10/2018

Classification:
Y

Contract Description:
Description: SOURCES SOUGHT NOTICE FOR P947- DESIGN-BUILD, Welding and Body Repair Shop Facility, Marine Corps Logistics Base, Albany Georgia
Notice Type: Sources Sought
Solicitation No: N40085-19-R-9000
Response Date: 11/13/18 1:00 PM Eastern Time
Classification Code: Y
NAICS Code: 236220
Design-Build Construction Budget: $30,360,000
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:
P947 Design-Build, Welding and Body Repair Shop Facility, Marine Corps Logistics Base, Albany Georgia
Description of Work:
Construct a single-story steel frame welding and light/heavy body shops facility to include concrete foundation, insulated exterior steel panels with brick veneer and standing seam metal roof.
The project will provide high bay areas to support heavy vehicle and equipment loads and exterior staging areas. The building interior will be painted concrete masonry unit walls with hollow metal insulated and glazed doors, aluminum frame windows, resinous epoxy flooring in restrooms and administrative areas, and finished concrete flooring and CMU walls with industrial finishes in shop and high by areas and roll-up doors. The administrative area, break room, IT room, restroom and locker rooms will be air conditioned.
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.
User Generated Unit Costs were used for this project and include the cost of features to meet the minimum DoD AT/FP standards.
Built-in equipment will include two bridge cranes (35 tons), compressed air system, building exhaust system, welding fumes exhaust system, 15 jib cranes (3 Tons), locker room lockers, vertical carousel storage unit and fabric high speed roll-up doors.
Special costs include Post Construction Contract Award Services (PCAS), mechanical commissioning, acceptance, Navy Crane Center support, cybersecurity commissioning, and geospatial data survey and mapping. Building control systems include cybersecurity commissioning in accordance with current Department of Defense criteria.
Operations and Maintenance Support (OMSI) is included in this project.
Department of Defense and Department of the Navy principles for performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal law and Executive Orders.
Low Impact Development (LID) will be include in the design and construction of this project as appropriate.
Special construction features include structural steel premium to support overhead cranes.
Site Preparations includes remove woods/trees, remove paving and slabs, removal of contaminated earth, earthwork, and site fill for elevations and contours.
Paving and site improvements include concrete paving, site fencing, landscaping, bollards and bio-retention cells.
Demolition: Partial demolition of B-2215, vehicle maintenance shop. Demolition portion of building 1132 SM and 223 SM. Function within demolition portion to be relocated into new welding facility and the existing building area will no longer be needed.
Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria.
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 July 2019. 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 $30,360,000.
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 one (1) and a maximum of five (5) relevant construction and design projects that best demonstrates experience on projects that are similar in size, scope and complexity as listed below.
Projects submitted for the offeror shall be completed within the past seven (7) years from the date of issuance of this Sources Sought. .For purposes of this source sought, a relevant project is further defined as follows:
Size: Building size 30,000 square feet or greater.
Scope: New construction of a Military or Industrial building(s) used for maintenance, repair or manufacture. Building must contain a built-in overhead crane with a capacity of 5 tons or greater. Pre-Engineered buildings are not relevant.
Complexity: Provided Low Impact Development (LID) compliance (UFC 3-210-10)
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: 11/13/2018 AT 1:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.

Response Date:
111318

Sol Number:
N4008519R9000

 

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