SOURCES SOUGHT NOTICE FOR NAVAL OPERATING SERVICE CENTER (NOSC)
NEW YORK CITY, WHOLE CENTER REPAIR, BRONX, NEW YORK
Notice Type: Sources Sought
Solicitation Number: N40085-21-R-2552
Issued Date: December 11, 2020
Response Date: December 24, 2020
Classification Code: Y
NAICS Code: 236220
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR
PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR
DRAWINGS AVAILABLE AT THIS TIME.
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.
The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking
eligible Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses,
Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and
certified 8(a) Businesses, with current relevant qualifications, experience, personnel, and
capability to perform a proposed contract.
General Work Requirements:
This project will renovate the existing Naval Operating Service Center, (NOSC) New York City,
located in Bronx, NY. The facility is approximately 55 years old and consist of 68,000 square
feet. Work will be completed in phases allowing partial use of the facility during drill weekends.
Whole center repair work will renovate administrative spaces, classrooms, medical spaces,
fitness room, drill hall, storage rooms, toilet rooms, and vehicle maintenance facility. This
project includes civil, structural, architectural, mechanical, plumbing, electrical, force protection,
and fire protection work. Work includes removal of asphalt, trenching and excavation, and
waterlines, roof structure, walls, floors, ceilings, roofing, mechanical systems, ductwork,
controls, plumbing fixtures, piping, receptacles, lighting fixtures, wiring, sprinkler system; and
provisions of waterlines, backfill, asphalt, concrete foundations and floors, roof structure, walls,
painting, flooring, ceilings, toilet partitions, roofing, roof top mechanical systems, ductwork,
controls, fire pump, fire pump building, underground water storage, sprinkler system, piping,
plumbing fixtures and piping, electrical panels, receptacles, and lighting fixtures.
The project includes four options.
Prior to center renovations, provision of trailers for temporary administration space, classrooms,
and toilet rooms are required.
The total estimated magnitude of construction for this contract (base period plus option years) is
between $10,000,000 and $25,000,000.
The anticipated award of this contract is approximately around June 23, 2021.
The appropriate NAICS code for this procurement is 236220, with a standard size of $39.5M.
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 (form
attached), Project Data Form (form attached) and Sources Sought Project Matrix (form
attached). These forms are required. Information not provided may prohibit your firm from
consideration. 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-prot g joint venture under the 8(a) program,
you must provide SBA approval of the mentor-prot g 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 aggregate bonding capacity
must be no less than $2M to be deemed acceptable for this notice.
If you are submitting as a mentor-prot g joint venture under the 8(a) program, you must
provide SBA approval of the mentor-prot g 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.
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 and Sources Sought Matrix shall be used to
submit up to a minimum of two (2) and a maximum of five (5) relevant construction projects
completed in the past seven (7) years that best demonstrate experience on projects that are
similar in size, scope and complexity to the projects described herein.
Experience Factor Details:
A relevant project is further defined as:
Size: Completed project with a total square footage of 100,000 or greater.
Scope: Renovation of a military reserve/training center or similar multi-function facility that
includes administrative space, classrooms and large open spaces.
Complexity: Experience with multi-phased construction.
Experience with limited lay down area and working in a congested urban
environment
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-ordeveloped
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 Thursday, December 24, 2020 by 2:00 P.M. Eastern Time. The
submission package shall ONLY be submitted electronically to Georgia Scott via email at
georgia.scott@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
georgia.scott@navy.mil