News

YтАУSOURCES SOUGHT NOTICE FOR P1458, 2nd Radio BN Complex, Phase 2, Camp Lejeune -DESIGN BUILD PROJECT

Type of document: Contract Notice
Country: United States

YтАУSOURCES SOUGHT NOTICE FOR P1458, 2nd Radio BN Complex, Phase 2, Camp Lejeune -DESIGN BUILD PROJECT

Agency:
Department of the Navy

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

Zip Code:
23511

Contact:
Elizabeth Carmack Elizabeth.carmack@navy.mil 757 341 1654

Link:

Date Posted:
08/04/2019

Classification:
Y

Contract Description:
Notice Type: Sources Sought Notice
Solicitation No.: N40085-19-R-9131
Response Date: 22 March 2019
Classification Code: Y1JZ, Construction of Miscellaneous Buildings
NAICS Code: 236220, Commercial and Institutional Building Construction
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 (NAVFAC), Mid-Atlantic is seeking eligible Small Businesses, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing Project P 1458, Design Build, 2nd Radio Battalion BN Complex, Camp Lejeune, NC as described below.
Description of work:
This project will design and construct a Supply Warehouse, Vehicle Maintenance Facility, Electronics/ Communications Maintenance Facility, Parachute Maintenance Facility, Boat Maintenance Facility, and HAZMAT Storage Facility for the 2nd Radio Battalion at Camp Lejeune, North Carolina.

Construction includes low rise steel frames facilities with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors and standing seam metal roof. The Supply Warehouse includes administrative and support space, storage bays, secured storage, and shipping/receiving area. The Automotive Vehicle Maintenance Shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies. The Electronics Communications Maintenance Shop includes administrative and support space, equipment maintenance and training areas, and storage areas for parts and supplies.
The Parachute Maintenance Facility includes a parachute washing area with drying tower, administrative and support space, training area, sewing and fabrication room, and parachute packing and storage areas. The Boat Maintenance Facility includes administrative and support space, parts storage, boat maintenance area, engine test area, and battery storage.
Construction includes single-story Hazardous and Flammable Storehouse with reinforced CMU building on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors and standing seam metal roof. This facility will provide storage for flammable and combustible liquids, petroleum, oil, lubricants, and batteries.
Building Architecture should be Georgian or Colonial revival in classification as defined by the BEAP (Base Exterior Architecture Plan) for Hadnot Point commensurate with facility importance.
Special construction features include premium for compliance with Base Exterior Architectural Plan, and exterior vehicle wash rack systems. This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations, physical security mitigation in accordance with DOD Minimum Anti- Terrorism Standards for Buildings. Information systems will include basic telephone, computer network, fiber optic, security and fire alarm systems and infrastructure. Mechanical systems include heating, ventilation and air conditioning, water lines, plumbing and plumbing fixtures, fire protection systems and supply lines, sanitary sewer system, oil/water separators, and storm drainage piping and culverts.
Environmental mitigation includes wetland mitigation. Environmental mitigation is in
compliance with the state and local laws. Built-in equipment includes four bridge cranes (two 7.5-ton and two 5-ton), small boat storage racks, parachute rigging system, parachute drying system, antenna support mast at roof, and fire pumps.
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┐╜
The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $36,500,000. In accordance with DFAR 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000.
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 Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, and Sources Sought Project Matrix, provided as attachments to this notice.
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. 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 AND SOURCES SOUGHT PROJECT MATRIX (form attached) shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror 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 ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as:
Size: Projects with new construction of 20,000 SF or greater for covered structures, and a final construction cost of $25,000,000 or greater.
Scope/ Complexity: Projects with new construction of a multi-building complex.
Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost.
This information shall ONLY be submitted electronically to Elizabeth Carmack, Elizabeth.carmack@navy.mil and MUST be limited to a 4Mb attachment.
You are encouraged to request a read receipt or acknowledgement via reply email.
The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance
RESPONSES ARE DUE NO LATER THAN APRIL 22, 2019 AT 2:00 PM EASTERN.
LATE RESPONSES WILL NOT BE ACCEPTED

Response Date:
042219

Sol Number:
N4008519R9131

 

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