Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
SOURCES SOUGHT

Y -- DESIGN-BUILD, P680 CH-53K CARGO LOADING TOWER MARINE CORPS AIR STATION NEW RIVER, NC

Notice Date
3/14/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9102
 
Response Due
3/28/2019
 
Archive Date
9/30/2019
 
Point of Contact
DEANNA WARD, 757-341-1226, DEANNA.WARD@NAVY.MIL
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR DESIGN-BUILD, P680 CH-53K CARGO LOADING TOWER MARINE CORPS AIR STATION NEW RIVER, NC Notice Type: Sources Sought Solicitation No: N40085-19-R-9102 Response Date: 3/28/2019 2:00 PM Eastern Time Classification Code: Y NAICS Code: 236220 Magnitude of Construction: Between $5,000,000 and $10,000,000 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: P680- DESIGN-BUILD, CH-53K Cargo Loading Trainer. The high-bay facility will house an operations trainer to support CH-53K Helicopter Pilot and Crew Chief training program. A deep pile foundation, grade beams and reinforced concrete slab provide the building base while reinforced concrete masonry unit (CMU) exterior walls and a standing seam metal roof provide the building enclosure. The proposed facility footprint is 9,795 SF. This facility will provide a covered, all-weather training environment for the GOAT fuselage trainer device, pallet storage/retrieval, and build-out packages associated with troop deployment and mobility. The facility includes high-bay roll-up doors and concrete drive aprons to accommodate moving the aircraft frame in and out of the building. The primary high-bay interior space will accommodate the CH-53K aircraft frame and the pallet storage/ retrieval area. This space is equipped with an overhead crane, compressed air drops, grounding points, clerestory windows and LED lighting. The ancillary interior spaces include brief/debrief space along with personnel support areas including classroom function, break area, and restrooms. There will also be two Advanced Aircrew Training Devices for the training of Pilot and Crew Chief cockpit procedures in an enclosed trainer space within the building and adjacent to the office type functions. Facility includes hydraulic fluid power system to operate hydraulic trainer systems. Other systems include compressed air and fire alarm, detection and suppression with a fire pump. 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 Government 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 The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services in February 2020. 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. 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 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 $10,000,000 Note: If you are submitting as an 8(a) Mentor Protégé, please indicate the percentage of work to be performed by the Protégé. 2. Completed SOURCES SOUGHT 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 two (2) and a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrates your experience on projects that are similar in size, scope, and complexity The attached construction experience project data form shall be utilized to demonstrate experience. For purposes of this sources sought, a relevant project is defined as follows: Size: 9,000 SF and $7M or greater Scope/Complexity: New construction of military open-bay facility with ancillary administrative and operational spaces. Note: For complexity, the submitted relevant project experience shall demonstrate the two complexity characteristics noted above. Each relevant project does not need to demonstrate all of the characteristics listed above; however, the relevant projects submitted must collectively demonstrate all of the items. The offeror s body of work as a whole will be reviewed to ascertain if it possesses all of these characteristics, taken as a whole. Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Deanna Ward at deanna.ward@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: 3/28/2019 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9102/listing.html)
 
Record
SN05249812-F 20190316/190314230024 (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.