Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
MODIFICATION

Y -- P719 DBB Wargaming Center, Quantico, VA

Notice Date
10/31/2019
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street, Building 212, Washington Navy Yard, Washington, District of Columbia, 20374-5018, United States
 
ZIP Code
20374-5018
 
Solicitation Number
N4008020R5249
 
Archive Date
11/28/2019
 
Point of Contact
Amoz J. Samuel, Phone: 2026858283, Lindsay M. Brown, Phone: 2026853192
 
E-Mail Address
amoz.samuel@navy.mil, lindsay.naill@navy.mil
(amoz.samuel@navy.mil, lindsay.naill@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE SOLICITATION N40080- 20 -R- 5249 NAICS Code: 236220- Commercial and Institutional Building Construction THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Washington to facilitate the decision making process. NAVFAC Washington is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB) sources with current relevant qualifications, experience, personnel, and capability of performing construction of a new academic facility for the Marine Corps Wargaming Division and parking facility at Marine Corps Base, Quantico. Based upon this survey, a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is not to be construed as a commitment by the Government for any purpose than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. In accordance with DFARS 236.204(iii), the magnitude of this project is between $100,000,000 and $250,000,000. All small businesses are encouraged to respond. The appropriate NAICS Code is 236220 with a Small Business Size Standard of $36.5M. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. Project Description: This project includes the following: (1) construct a minimum 100,443 SF, low rise Georgian-style Academic Instruction Facility. Exterior features include cast stone and brick veneer on reinforced concrete masonry unit and standing seam metal roofs over structural steel framing, auger cast pile foundations and floors. Facility will be reinforced concrete slab on grade with elevated reinforced concrete slabs. This facility will include an auditorium, gaming classrooms, cell rooms, breakout rooms, game cell, conference room, production room and graphics production room. (2) construct a 132,116 SF multi-story parking facility to support the academic instruction facility. The facility is a pre-cast concrete structure with auger cast pile foundations and floors, and (3) construct a new single story 1,650 SF Area Distribution Node (ADN) to support the academic instruction facility. The ADN will be part of the installation communication distribution system providing capabilities for voice, video and data. The facility is a precast concrete structure with auger cast pile foundation. The project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with minimum DoD Anti-Terrorism Standards for Buildings. Additional AT/FP features include laminated glass. Built in equipment includes cable trays, very early smoke detection apparatus and clean agent system, domestic booster pump, emergency generator, fire booster pump, mass notification system, pallet racks, raised access flooring, site preparation for passive optical network and an uninterrupted power supply for the ADN. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of this project in accordance with federal laws and Executive Orders. Low Impact Development will also be included in the design and construction as appropriate. The facility will comply with the Energy Policy Act of 2005. Mechanical utilities include heating, ventilation & air conditioning, domestic and fire protection water, sanitary, storm drain, and natural gas distribution systems. Electrical utilities include switchgear, communications distribution, underground electrical distribution, the replacement of the Cinder City substation and site lighting. Site preparation includes tree removal, cut and fill, silt fencing, stabilized construction entrance, removal of overhead wire poles, removal of storm drains and below grade structures, sanitary demolition, domestic water demolition and natural gas demolition. Paving and site improvements include grading, reinforced turf pavement, sidewalks, curbs, gutters, asphalt and concrete pavement, landscaping, bio-retention facilities bio-swales, security fencing around the ADN, pedestrian and bicycle features, and stormwater management features. The Capabilities Statement Package shall address, as a minimum, the following: (1) Relevant Experience: no more than three (3) projects, to include experience in performing efforts of similar size and scope within the last six years. For each project, indicate contract number, contract value, whether a prime contractor, agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. No more than three relevant projects shall be submitted. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (3) Statement regarding Bonding Capabilities. SUBMISSIONS ARE DUE BY 13 NOV 2019 2:00P.M. EST. LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent electronically, via email to Lindsay Brown at Lindsay.naill@navy.mil and Amoz Samuel at amoz.samuel@navy.mil. Questions or comments regarding this notice may be addressed via email to Lindsay Brown Lindsay.naill@navy.mil or Amoz Samuel at amoz.samuel@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/ N4008020R5249/listing.html)
 
Record
SN05486948-W 20191102/191031230559-66288eb0e7b01a8b92dfcd7a29df79b9 (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.