Search Contract Opportunities

MODIFICATION TO SOURCES SOUGHT FOR P1800 1801   4

ID: N4008519R9147 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 31, 2019, 12:39 p.m. EDT
THE ORIGINAL SOURCES SOUGHT CONTAINED A TYPO IN THE RESPONSE DUE DATE - RESPONSES ARE DUE 08/12/2019. FORMS ARE ATTACHED FOR USE IN RESPONSES
Posted: July 30, 2019, 9:06 a.m. EDT
SOURCES SOUGHT NOTICE FOR P-1800, II MEF Operations Center and P-1801, 2nd MARDIV/2nd MLG Operations Center, Camp Lejeune NC, Design Build Project Description: Notice Type: Sources Sought Notice Solicitation No.: Response Date: Classification Code: Y1JZ, Construction of Miscellaneous Buildings NAICS Code: 236220, Commercial and Institutional Building Construction 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 (NAVFAC), Mid-Atlantic is seeking eligible Small Businesses, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing Project P 1800/1801, Design Build, II MEF Operations Center/2nd MARDIV/2nd MLG Operations Center, Camp Lejeune, NC as described below. Description of work: These projects construct a multi-story, administrative and academic instruction facility for II Marine Expeditionary Force (MEF) and 2nd Marine Expeditionary Brigade (MEB) Headquarters with Littoral Warfare Training Center (LWTC), a multi-story administrative facility for 2nd Marine Logistics Group (MLG) Headquarters, and Renovate Building #2 and construct a multi-story administrative addition for 2nd Marine Division (MARDIV) Headquarters. Construction to include reinforced CMU on concrete pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roofs. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Built-in equipment includes elevators, emergency generators, fire pump with generator backup, raised computer flooring, under floor fire detection system and uninterruptable power supply. Site preparation includes removal of contaminated soil and grading and fill. Special foundation features include pile foundation. Paving and site improvements include clearing and grubbing, grading, parking, access road, curbs, sidewalks, landscaping, and storm water drainage. LEED compliance (outside) includes increased landscape area, pervious surfaces, and storm water retention pond, piping and structures. Electrical systems include primary and secondary distribution systems, lighting, transformers, and telecommunications infrastructure. Mechanical systems include heating, chemical vapor mitigation system, water lines, sanitary sewer lines, fire protection systems and supply lines. Environmental mitigation includes asbestos removal and abatement. This project will demolish the following facilities: H1, H14B, H17, H21, H21A, H22, H34, and H84. 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 TMs 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. 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. In accordance with DFAR 236.204, the magnitude of construction for this project is between $100,000,000 and $250,000,000. 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 Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, and Sources Sought Project Matrix, provided as attachments to this notice. 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. Note: If you are submitting as an 8(a) Mentor Prot g , please indicate the percentage of work to be performed by the Prot g . 2. Completed SOURCES SOUGHT PROJECT INFORMATION FORM AND SOURCES SOUGHT PROJECT MATRIX (form attached) shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: Projects with new construction of 150,000 SF or greater for multi-story covered structures, and a final construction cost of $75,000,000 or greater. Scope: New construction projects of either a headquarters or administrative building with associated parking. Complexity: Projects demonstrating construction of multiple buildings simultaneously or sequentially on different sites. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. This information shall ONLY be submitted electronically to Elizabeth Carmack, Elizabeth.carmack@navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. 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 NO LATER THAN 8/12/19 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED

Overview

Response Deadline
Aug. 12, 2019, 1:00 a.m. EDT (original: Sept. 12, 2019, 1:00 a.m. EDT) Past Due
Posted
July 30, 2019, 9:06 a.m. EDT (updated: July 31, 2019, 12:39 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
70%
On 7/30/19 Naval Facilities Engineering Command issued Sources Sought N4008519R9147 for MODIFICATION TO SOURCES SOUGHT FOR P1800 1801 due 8/12/19. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Name
Elizabeth Carmack 757-341-1654 E carmack - Elizabeth.carmack@navy.mil   Profile
Email
elizabeth.carmack@navy.mil
Phone
None

Documents

Posted documents for Sources Sought N4008519R9147

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008519R9147

Award Notifications

Agency published notification of awards for Sources Sought N4008519R9147

Contract Awards

Prime contracts awarded through Sources Sought N4008519R9147

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008519R9147

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008519R9147

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Dec. 30, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 30, 2019