Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOURCES SOUGHT

Y -- MULTIPLE AWARD CONSTRUCTION CONTRACT FOR THE COMPLETE RENOVATION OF BLDG. 585, MAG-31 HQ ABOARD THE BEAUFORT MARINE CORPS AIR STATION, BEAUFORT, SC

Notice Date
3/7/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-06-R-0088
 
Response Due
3/14/2006
 
Description
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 Solicitation Number for this announcement is N62467-06-R-0088. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) HubZone and Service Disabled Veteran Owned Small Business firms-first priority and Unrestricted-second priority to participate in a project which provides for the complete renovation of Bldg. 585, MAG-31 HQ aboard the Beaufort Marine Corps Air Station, Beaufort, South Carolina and consists of the following: a. Complete renovation of existing administrative areas by providing new office floor plan, secure area with vault, and restrooms/locker rooms. b. New standing seam metal roof with associated supporting metal roof structure. c. Seismic upgrade of exterior and interior masonry walls. d. New mechanical and electrical systems throughout the facility. Existing Conditions Building 585 is the current MAG-31 Headquarters facility located at the Marine Corps Air Station, Beaufort, SC consisting of a single-story, concrete structure with 8? masonry infill, steel bar joists, and a lightweight concrete roof with mineral surfaced bitumen roof cover. The existing exterior walls have an EIFS (exterior insulated finish system). Asbestos containing materials and lead-based paint are present and will be abated during the renovation. Demolition The following building components will be demolished: select exterior windows and doors, interior partitions, existing restrooms, select mechanical/electrical systems, and various obstructions on interior and exterior wall faces in preparation for new finishes. Select building CMU walls/EIFS will also be cut/sliced at approximately 32? spacing to facilitate reinforcement/seismic upgrade efforts. Architectural The building will utilize the existing exterior walls and existing concrete floor. The exterior wall openings where demolished windows and doors existed will be in filled with reinforced masonry. New office and corridor walls will consist of steel stud walls with gypsum wallboard on each side. The interior side of all exterior walls will be furred and gypsum wallboard installed. New exterior doors will be steel and new interior doors will be wood, both hung in steel frames. A secure area will be added with steel mesh wall reinforcement under the gypsum board on both sides of the metal studs. A vault will be provided within the secure area constructed of 8? thick reinforced concrete and CMU. The existing flat roof will be covered with a new standing seam metal roof consisting of a metal roof truss system, bearing on the existing structure. The existing EIFS on the exterior walls will be repaired and receive a new finish coat. Structural The building?s concrete masonry units (CMU) do not meet current seismic criteria. Reinforcement will be incorporated into existing CMU wall sections and will tie into the existing foundation and bond beams. A similar upgrade technique, which utilizes steel flat bar shapes and wall fasteners, will be employed where unreinforced grout filled CMU wall construction or similar construction is encountered. Additional shear walls (CMU and steel framed with plywood skin) will be constructed where new construction is provided and where it can strengthen the structure. The existing roof system will be ?X? braced along each exterior wall. The new standing seam metal roof system design will utilize a performance type specification with contract and referenced as-built drawings. Mechanical The new floor plan will necessitate the addition of new above ceiling water-source heat pump units and air distribution systems. The existing condenser water pump, piping to well field, DDC head-end controls, sanitary sewer system (in part), and the domestic water system (in part) will be reutilized. New plumbing fixtures will include water closets, urinals, lavatories, showers, and mop sinks. Electrical The building is served with secondary delivery voltage of 120/208V, 3 Phase. New panels, wiring, and light fixtures will be provided. The existing communications system will be reused with new telephone/data outlets added as required. A complete addressable, supervised fire alarm system will be installed. The NAICS Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $31 Million. The Federal Supply Code is Y199, ConstructMisc Bldgs. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, or HubZone Small Business contractors or to issue an unrestricted solicitation, inviting full and open competition. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. A two-phase design-build selection procedure will be used. Phase one shall include the scope of work, phase-one evaluation factors to include technical approach, technical qualifications, and past performance. Phase two will require submission of technical and price proposals which will be evaluated separately. The contract will be for a term of five years consisting of one base year and four option years. The estimated cost for this acquisition is between $55,000,000.00 and $60,000,000.00 for the five-year term of the contract. Task orders will range from $100,000.00 to $3,000,000.00. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant construction experience within the last 3 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Recent and relevant construction experience with facilities constructed in installations with security procedures for construction sites located near operations that must not be impeded during construction. 3. Include proof of bonding capacity. 4. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, or HubZone small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Sandy Mulligan at Sandy.Mulligan@navy.mil or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Sandy Mulligan, Code OPT2ACSM, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. This office must receive responses no later than March 14, 2006 by 4 pm, EST. Point of Contact Sandy Mulligan, Contract Specialist; Phone 843-820-5946; Fax 843-820-5819; Email: Sandy.Mulligan@navy.mil
 
Place of Performance
Address: Beaufort, SC
Zip Code: 29904
Country: US
 
Record
SN01001653-W 20060309/060307212458 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.