Building 163 Repairs - Norfolk Naval Shipyard Portsmouth, VA

expired opportunity(Expired)
From: Federal Government(Federal)
N4008524R2560

Basic Details

started - 11 Jan, 2024 (3 months ago)

Start Date

11 Jan, 2024 (3 months ago)
due - 25 Jan, 2024 (3 months ago)

Due Date

25 Jan, 2024 (3 months ago)
Bid Notification

Type

Bid Notification
N4008524R2560

Identifier

N4008524R2560
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency’s requirements exist. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Building 163 Welding Shop in the Naval Support Station - Norfolk Naval Shipyard (NNSY), Portsmouth, VA. 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. 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. 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. General Work Requirements: Building 163 project work includes partial high bay roof replacement and seal coating remaining high bay roofs; provides selected exterior envelope repair, replacement of High Bay windows, frames, and hardware. Exterior repairs will also include steel stair. Project will install security gate fencing. The project will replace damaged concrete floors, concrete floor trench covers, and will harden approximately 800 square feet of concrete slab. Project will demolish an existing 600 square foot concrete masonry unit (CMU) men's restroom and convert it into a common storage area. The project will replace deficient electrical substations, 120/208/408 volt electrical breaker panels, electrical wire fed from breaker panels, electrical wiring devices (switches, receptacles, etc.). The project will also install an electrical grounding system throughout the facility and will install 60 Amp electrical disconnects with pin & sleeve receptacles to support welding equipment. Install Electronic Security System (ESS) and electrical service to support infrastructure that will include swipe card electronic security components and swipe card reader devices at each exterior access door, which will also be funded, via Other Appropriation Funding. Associated facility systems will include cybersecurity features in accordance with current Department of Defense criteria. Additionally, the project will replace multiple temporary welding fume extraction systems with permanent fume extraction systems. Subject project will repair an abandoned two story Lean-To and bring up to code and include interior updates and finishes including furniture. Furniture will be modular/cubical style furnishings and will be install by this project, but furnishings will be funded, via Other Appropriation Funding. The project will also provide minor life safety code improvements as required throughout this facility. This project will construct temporary scaffolding required to support elevated interior and exterior repair work, including but not limited to, replacement of High Bay windows, roofs, flashing replacement, wall repairs, etc. The project will test, identify, and dispose of Hazardous Material (asbestos, lead, etc.) as required. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. The anticipated award of this contract is August 2024. The appropriate NAICS code for this procurement is 236220; Annual Size Standard: $45M If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. Interested sources are invited to respond to this sources sought announcement by submitting to the Contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating your ability to perform the requested services. Please use the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé 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. The Sources Sought Project Information Form 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: A final construction cost of $20 million dollars or greater. Scope & Complexity: Each project submitted must demonstrate experience with all elements: Experience with repair and renovation to a historic government building. Experience with sequencing and/or phasing requirements for a partially occupied building during construction. Experience with replacing electrical (power/tel/data) and building systems. Experience with abatement of hazardous materials. 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. 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-or-developed expertise and experience in relation to the areas specified herein. Submission of a 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, January 25, 2024 by 2:00 P.M. Eastern Daylight Time. The submission package shall ONLY be submitted electronically to Catharine Keeling at Catharine.a.keeling.civ@us.navy.mil and MUST be limited to a 4Mb attachment. LATE SUBMISSIONS MAY NOT BE ACCEPTED. 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 Catharine.a.keeling.civ@us.navy.mil

Portsmouth, VA, 23709, USALocation

Place Of Performance : Portsmouth, VA, 23709, USA

Country : United StatesState : Virginia

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 236220