News

ZтАУRM17-1337, DESIGN-BUILD, CONVERT BUILDING X132 FOR MILITARY SEALIFT COMMAND (MSC) CONSOLIDATION

Type of document: Contract Notice
Country: United States

ZтАУRM17-1337, DESIGN-BUILD, CONVERT BUILDING X132 FOR MILITARY SEALIFT COMMAND (MSC) CONSOLIDATION

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA

Zip Code:
23511

Contact:
Sidnia.finke@navy.mil

Link:

Date Posted:
28/06/2018

Classification:
Z

Contract Description:
HIS 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:
Rm17-1337, Design-Build, Convert Building X132 for Military Sealift Command (MSC) Consolidation.
Convert, alter, and change use of approximately 248,000 square feet of Building X132 to accommodate the consolidation of Military Sealift Command (MSC). Built in 1940, X132 was originally constructed as a 360,000 square foot warehouse structure with incidental administrative space.
A two-story addition was added on the south end of the building in 1943, bringing the total building area to approximately 373,680 square feet. Vertical circulation consists of four stairwells that extend from the ground to the roof and four freight elevator shafts in varying states of use and repair. As operational needs have evolved, portions of the building have been converted to provide administrative space. Approximately 248,000 square feet will be renovated as part of this project. The remainder of the building currently houses portions of the Joint Enabling Capabilities Command (JECC) on the first, second and fifth floors and will remain in place.
Portions of the first, second and fifth floor, and all the third and fourth floors layout will be demolished.
The altered floor plan will include open office and private office spaces, command suite, classrooms, various size conference and meeting rooms, restrooms, janitor closets, secure enclave, mechanical/electrical/telecommunications rooms, small kitchenettes/break rooms, copy/print areas, high-density file storage rooms, entrance vestibules, and storage rooms. All occupied spaces will have a minimum sound transmission classification of STC 50. Entire facility will comply with the American Disabilities Act (ADA). Three new stairwells will be constructed and one existing stairwell will be repaired. Code compliant fire alarm/mass notification, standpipe and sprinkler systems will be provided throughout the project scope area.
Progressive collapse retrofits and ATFP upgrades will be provided.
Provide four (4) new electric traction personnel elevators using two (2) existing shafts, that meet requirements for personnel loading in the building. Remove and replace one (1) electric traction freight elevator using existing shaft. Include repair of existing shafts, elevator equipment rooms, associated structural, electrical and mechanical infrastructure work, and other associated work as required to meet code compliance.
Provide new and repair existing building fire protection systems including demolishing the existing dry pipe systems and complete system replacement with wet pipe systems, new fire pump, and new combination fire alarm/mass notification systems.
Provide new HVAC systems throughout the converted spaces.
Provide code required outside air, HVAC, pumps, and associated infrastructure, ductwork, and DDC controls. Demolish existing heating system which does not support new mission requirements. Upgrade existing-to-remain building mechanical system to meet current ATFP standards.
Provide new and repair existing building plumbing systems including booster pump, drain, waste, vent, storm and service piping; and plumbing fixtures/infrastructure. Provide new bathrooms and associated infrastructure to provide code compliant fixture/bathroom count.
Provide new electrical systems throughout the converted spaces and replace electrical systems where they currently exist. Project includes complete system replacement, including main power distribution panel, transformers, communication/phone/NMCI conduit/infrastructure, cable trays, and lighting.
Provide power requirements for other major systems including uninterrupted power supply and basic generators. Project includes demolition of existing electrical system.
Information systems include basic telephone, multiple computer networks, fiber optic, cable television, security and fire alarm systems and infrastructure.
Provide Anti-Terrorism/Force Protection (ATFP) features and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Built-in equipment includes lockers and high density files, and a fire pump for building X132.
Special costs include Post Construction Contract Award Services (PCAS). Special costs also include monitoring during secure enclave construction, including surveillance by Construction Security Technicians and Cleared American Guards during secure space finish work, in accordance with Intelligence Community guidance.
Construction monitoring is required to observe the construction to ensure there are no abnormalities that could affect and compromise the security of the secure enclave.
All certified 8(a), certified HUB-Zone, veteran-owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), small disadvantaged businesses (SDB), and small businesses (SB) 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 June 2019.
The North American Industry Classification System (NAICS) Code for this project is 236220, with a small business size standard of $36.5M.
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. 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 page 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) up to a maximum of five (5) relevant construction projects for your firm that were completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity to this project.
The attached Project Information Form shall be utilized to demonstrate experience.
For purposes of this sources sought, a relevant project is defined as follows:
Size: Renovation of a building of at least 75,000 square feet and a final construction cost of at least $40,000,000.
Scope/Complexity: Comprehensive, whole building renovation of a multi-floor (at least two floors) building. At least one relevant project submitted must demonstrate experience with construction phasing.
The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Sidnia Finke, sidnia.finke@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 THURSDAY, 12 JULY 2018 AT 2:00 PM EASTERN.
LATE RESPONSES WILL NOT BE ACCEPTED.

Response Date:
071218

Sol Number:
N4008518R1138

 

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