Search Contract Opportunities

New River Ambulatory Care Center/Dental Clinic Replacement   3

ID: N4008519R9124 • 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

Notice Type: Sources Sought Solicitation No: N40085-19-R-9124 Response Date: 4/18/2018 2:00 PM Eastern Time Classification Code: Y NAICS Code: 236220 Magnitude of Construction: Between $25,000,000 and $100,000,000 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, 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 P-9838, Design-Bid-Build, Repair Ambulatory Care Center / Dental Clinic, Design Bid Build, Marine Corps Air Station MCAS, New River. This work will construct an 44,000 SF Ambulatory Care Clinic to incorporate the Marine Centered Medical Homeport concept for Marine Active Duty personnel. Construct a two-story steel frame facility to include concrete foundation, brick veneer, and a standing seam metal roof. The building interior will be steel stud partition walls with hollow metal insulated and glazed doors, aluminum frame windows, and resinous epoxy flooring, finished concrete, tile, vinyl and carpet flooring. Demolition: Demolition of AS-100, existing medical/dental clinic. Function within demolition to be relocated into new facility and the existing building area will no longer be needed. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction, and the Small Business Size standard is $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The contract 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 by September 2019. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) and up to 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 project described herein. A relevant project is further defined as: Size: 10,000 SF or greater. Scope: New construction of a dental facility or a medical mixed use facility. Complexity: Project(s) demonstrating offeror TMs experience in Medical Facility including site improvements (utility infrastructure). a) Project(s) demonstrating the ability to manage a multi-storied project on a constrained site; b) Project(s) demonstrating experience relating to: Familiar with the requirements of the UFC 4-510-01. c) Note: Similar size, scope, and complexity must each be shown on a minimum of one project but are not all required to be shown on a single project. However, offerors must present projects showing experience with size, scope, and complexity throughout the projects submitted. Proposals failing to demonstrate experience with all three requirements will be deemed UNACCEPTABLE. 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. 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. 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 a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government TMs 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 notice. 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 18 APRIL 2019 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Crystal Chatmon at crystal.chatmon@navy.mil. Attachments are limited to a total of 5MB.

Overview

Response Deadline
April 18, 2019, 1:00 a.m. EDT Past Due
Posted
April 4, 2019, 7:48 a.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 4/4/19 Naval Facilities Engineering Command issued Sources Sought N4008519R9124 for New River Ambulatory Care Center/Dental Clinic Replacement due 4/18/19. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Name
Crystal Chatmon crystal.chatmon@navy.mil
Email
Phone
None

Documents

Posted documents for Sources Sought N4008519R9124

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008519R9124

Award Notifications

Agency published notification of awards for Sources Sought N4008519R9124

Contract Awards

Prime contracts awarded through Sources Sought N4008519R9124

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008519R9124

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008519R9124

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
May 3, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 3, 2019