Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

99 -- Design-Bid-Build, Repair B3 Mahan Hall, Naval War College, Naval Station Newport, Newport, RI

Notice Date
1/14/2021 1:51:16 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R0164
 
Response Due
1/28/2021 11:00:00 AM
 
Archive Date
02/12/2021
 
Point of Contact
Kate Arnold, Phone: 7573411659
 
E-Mail Address
kathryn.arnold@navy.mil
(kathryn.arnold@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services for Design-Bid-Build, B3 Mahan Hall - Design of Exterior and Interior Repairs, Naval War College, Newport, RI. All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. This notice 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 ultimate issuance of an award. Upon review of industry responses to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest.� Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Project Description: The Mahan Hall Project includes construction to upgrade all facets of existing building NWC Mahan Hall, B3 located Naval Station Newport, RI. Construction is allocated by Base Bid and Option work. Provide new construction 500 SF connector addition to Turner Walkway and provide/install new elevator and elevator shaft with override in existing Mahan Hall. Total existing building area to be renovated is 27,980 SF. Base Bid construction work includes: All interior Hazard Materials abatement and disposal work all floors, All interior demolition and new work layout plan revisions, including new egress corridors in stack area, All interior finishes, for new work and repair work, All interior woodwork/casework/wood trim finishes for new work and repair work, All interior structural work noted for existing 1964 stack area- columns and stack work, All demolition mechanical work, All new work general mechanical scope, including all TABS, Controls work, and Acceptance, All demolition work noted for electrical, including lighting, conduit/wire, electric panels, Al new work noted for electrical � lighting, including exterior lighting,� lighting controls, including exterior lighting controls, General Branch - new wiring in existing conduit, General Branch � new wiring in new conduit, General Branch � new wiremold /new wire lighting,� power distribution, power to electrical and mechanical equipment, All new work noted for fire suppression system, including testing/Government acceptance, new fire suppression line to building, Fire Detection & Alarm Systems,� electronic safety and security, and All work noted for existing furniture relocation within 10 miles. Option 1 construction work includes: All new work for exterior repairs� - masonry repointing, & all granite repair/replacement, flashing repairs/replacement, masonry repairs/replacement and other Misc. Repairs; excluding exterior fa�ade cleaning , All interior Hazard Materials abatement and disposal work for new work layout plan revisions for toilet rooms, All interior demolition and new work layout plan revisions, and interior finishes for new toilet rooms, All interior door replacement and door hardware replacement, All demolition plumbing work, including all exterior work as required to support plumbing scope, All new work for plumbing - Water Distribution, piping and insulation,� sanitary sewer,� water heaters, equipment, and fixtures, gas piping and testing, All� new work for electrical � emergency power, All demolition and new work noted for telecommunications, All demolition and new work noted for site/civil work, including ledge work,� for new elevator addition, new drainage, and new utilities, All work noted for the construction of new elevator shaft: including existing building demolition, structural shoring/strengthening of existing building,� construction of new elevator shaft and override, elevator cab and associated structure/fitting/equipment, elevator machine room equipment, and all required elevator testing and Government acceptance, All work noted for new mechanical, electrical � power and lighting, life safety, plumbing at new addition, including all testing and acceptance,� TABS, Controls work, and Government acceptance, All new work noted for construction of new connector addition, including interior finishes. Option 2 construction work includes: All demolition and new work for replacement flat roofs and replace roof railings, All demolition and new work for repair and replacement windows, All new work for mechanical shade at Reading Room, All new work to refinish decorative scagliola at columns and fireplaces, All new work for electrical item - poke-thru devices,� Power Distribution Add Alternate, All new work for electrical/life safety - mass notification, All new work for repairs to existing skylights, All new work for exterior masonry fa�ade cleaning������� The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary North American Industry Classification System (NAICS) Code for this procurement is 236220 Commercial and Institutional Building Construction with a size standard of $39.5M. In accordance with FAR 36.204(g), the magnitude of construction for this project is between $5,000,000 and $10,000,000. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting, which limits the amount of work performed by subcontractors.� Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees.� If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. 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. The Sources Sought Project Information Form shall be used to document a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope and complexity to this project.� A relevant project is further defined as: 1. Building Renovation: � � �Similar Size: A minimum of 25,000 total square feet combined in the project. � � �Scope/Complexity: � � � � � a. Complete renovation and reconfiguration of historical building to include complete electrical systems inside and outside to include medium voltage work, complete lightning protection system, complete mechanical and plumbing, site repairs, complete life safety and fire protection systems. � � � � � b. Construction to upgrade all facets of existing historical building, including repair of existing historical plaster and other interior finishes, and repairs to existing exterior granite, wood windows and doors, and roofing. All repairs are subject to compliance with local SHPO. 2. New Construction: Similar Size: A minimum of 500 SF connector addition Scope/Complexity: New construction of connector addition with site constraints, and installation of new elevator and elevator shaft within existing building. The offeror must submit a minimum of two (2) whole building renovation to include asbestos abatement and disposal, lead based paint abatement and removal, and other Hazardous Materials abatement and disposal. Note: Offerors must demonstrate experience with all of the work elements set forth above. This experience may be demonstrated cumulatively through all of the projects submitted by an offeror.� In order for a project to be determined relevant, it must meet the size requirement and at least one of the scope/complexity items. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended.� Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 28 January 2021 at 2:00 PM (EDT).� LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The package shall be sent via electronic mail to Kate Arnold at kathryn.arnold@navy.mil. Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20dd67b197a443fb972b58284336717a/view)
 
Place of Performance
Address: Newport, RI, USA
Country: USA
 
Record
SN05892947-F 20210116/210114230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.