Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
DOCUMENT

Y -- DESIGN-BID-BUILD RECAPITALIZATION OF ORDNANCE MAGAZINES AT HARVEY POINT DEFENSE TESTING ACTIVITY, NC - Attachment

Notice Date
3/7/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008518R1121
 
Response Due
3/21/2018
 
Archive Date
4/5/2018
 
Point of Contact
Jeff Haycox @ (757)341-2074
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR DESIGN-BID-BUILD RECAPITALIZATION OF ORDNANCE MAGAZINES AT HARVEY POINT DEFENSE TESTING ACTIVITY, NC This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (Midlant) is seeking Small Business, SBA-certified 8(a), SBA-certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel and capability of performing building renovations at Naval Station Norfolk in Virginia. The proposed project includes the following: Demolition of thirty-one (31) existing magazines at Harvey Point Defense Testing Activity (HPDTA), North Carolina, and construction of ten (10) new 14-foot tall, 80-foot long Army 421-80-08 type MSM Magazines. Construction and demolition will occur in two phases. During construction of each phase, some magazines will be active. Demolition scope consists of 31 existing ECM s, which are constructed of thick steel with steel headwalls, constructed on concrete pads. Electrical and communications will also be demolished. Fences will be partially demolished to construct a temporary contractor entrance for each phase. Demolition includes erosion and sediment control measures and fencing of a stockpile area for storage and processing of demolished materials. Exterior pavement includes asphalt drives and concrete aprons for each magazine. Magazine access from the concrete aprons include fabricated mechanical, adjustable steel ramps adjacent the magazine doors (for each magazine). Each magazine will include heavy steel blast resistant 8 swing doors mounted to a steel frame. Site improvements include low-impact development (LID) features. Grading includes earth cover over the magazines, with a minimum of two feet of cover, and 2:1 side slopes to match grade at the bottom of slope. Stabilizing cover over the magazine earth cover will consist of grass. Site utilities required include power and communications. Underground primary and secondary service, feeders, branch circuit cables include concrete encased, PVC coated, rigid galvanized steel conduit. Foundation work includes driven, square pre-stressed concrete piles (SPPCP) with predrilling of the pile locations prior to pile installation. Intrusion detection systems (IDS) include new security cameras and fiber optic cabling, balanced magnetic switches, processing control unit, motion detectors, and card reader with keypad. Temporary security cameras for the laydown area during construction are required. Power and IDS will be maintained to active magazines during the demolition/construction of each phase. Exterior lighting systems include illumination for exterior building entrances and site operations lighting. Interior lighting must have Class II, Division 1 rating. Security systems also include new fence shake detection system for fencing and gates. The estimated construction cost is between $10,000,000 and $25,000,000. The anticipated award of this contract is October 2018. 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 $36.5 million. The PSC is Y1EA Construction of Ammunition Facilities. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Data Form. The following information shall be provided: 1) Contractor Information: Provide your firm s contact information including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm s small business status. 3) Bonding Capacity: Provide your surety s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The bonding capacity per project must be $20M to be deemed acceptable for this notice. 4) Experience: Submit a minimum of two (2) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the ten (10) years prior to the submission due date. A relevant project is further defined as: Size: A minimum of 4,000 total square feet. Scope/Complexity: New construction of a high-performance earth-covered magazine. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. 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. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Wednesday, March 21, 2018 by 2:00 P.M. Eastern Time. The submission package shall ONLY be submitted electronically to Jeff Haycox via email at jeffrey.haycox@navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt. Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to jeffrey.haycox@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R1121/listing.html)
 
Document(s)
Attachment
 
File Name: N4008518R1121_Sources_Sought_Contractor_Info_Form_-_magazine_recapitalization.docx (https://www.neco.navy.mil/synopsis_file/N4008518R1121_Sources_Sought_Contractor_Info_Form_-_magazine_recapitalization.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R1121_Sources_Sought_Contractor_Info_Form_-_magazine_recapitalization.docx

 
File Name: N4008518R1121_Sources_Sought_Project_Data_Form_-_magazine_recapitalization.docx (https://www.neco.navy.mil/synopsis_file/N4008518R1121_Sources_Sought_Project_Data_Form_-_magazine_recapitalization.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R1121_Sources_Sought_Project_Data_Form_-_magazine_recapitalization.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04845899-W 20180309/180307231444-0ff664e53c1ee258076e7d7f54bdf9f2 (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  © 1994-2020, Loren Data Corp.