NWC B686 Conolly Hall Upgrades / NWC Modular Buildings

expired opportunity(Expired)
From: Federal Government(Federal)
N4008524R2601

Basic Details

started - 05 Mar, 2024 (1 month ago)

Start Date

05 Mar, 2024 (1 month ago)
due - 20 Mar, 2024 (1 month ago)

Due Date

20 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
N4008524R2601

Identifier

N4008524R2601
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708882)DEPT OF THE NAVY (156965)NAVFAC (10916)NAVFAC ATLANTIC CMD (6597)NAVFAC MID-ATLANTIC (3667)NAVFACSYSCOM MID-ATLANTIC (272)

Attachments (3)

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 Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for NWC Building 686 Conolly Hall Upgrades/NWC Modular Buildings, Naval Station 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. 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. No drawings or specifications will be made available at this time. 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:The project will be prepared in two packages, under one contract. Package 1: Building 686 Conolly Hall Upgrades, NWCThe Conolly Hall Building 686, NWC, located on the NAVSTA Newport, Rhode Island campus, is a seven level tall structure constructed in 1974 and is comprised of two (2) parking levels (P-1, P-2), four (4) levels of classroom, multi-function and administrative use and MEP/Penthouse/Roof. Base Bid: The project will include the repair and renovation to 80,000 square feet (SF) of the basement level and all upper levels of the building interiors, provide upgrades to 60,000 SF of lower parking levels, life safety and fire protection systems, and lighting. Repairs and renovations to the building include full demolition of all interiors, to face of existing exterior wall including hazardous material abatement and incidental related work, all new interior floor plan layout with architectural upgrades and finishes, new mechanical, electrical, plumbing and toilet rooms, life safety, fire alarm & protection systems, and physical and cyber security systems to meet current building codes. The projects require Third Party Certifications – refer to all specifications.OPTION 1: The project scope of work is to replace in-kind exterior window systems and exterior door and frames including hazardous material abatement and incidental related work.B686 Conolly Hall building will not be occupied during performance of work under this contract.Package 2: Modular Buildings to support Building 686 during constructionThe modular buildings are required to support Package 1 Building 686 Conolly Hall Upgrades during construction. The project will provide and install modular buildings, and all required site demolition, utilities, and storm water management construction for the duration of construction contract for scope of work noted in Package 1. The modular buildings are proposed to be located in existing northern and eastern parking lot areas around Building 29-Sims Hall, NWC. The northern one-story modular building is about 14,500 SF and holds fourteen (14) classrooms with proposed adjacent handicapped parking lot and building accessibility. In the existing eastern parking lot, the project includes providing and installing three additional one-story modular buildings, each about 2,800 SF to hold two (2) classrooms and offices. Each are served by a proposed adjacent handicapped parking lot. The modular buildings’ exteriors are constructed of vinyl siding with 4” reveal, and vertical vinyl siding skirt and soffit. The roofs are constructed of low-sloped membrane.The scope of work for Package 2 Modular Buildings is required to be ready for occupancy, and accepted as Substantially Complete (Beneficial Occupancy Date) by the Contracting Officer prior to start of mobilization and demolition of scope of work noted in Package 1- B686 Conolly Hall Upgrades. The scope of work includes demobilization of Package 2 Modular Buildings after the scope of work noted in Package 1 B686 Conolly Hall Upgrades has been accepted as Substantially Complete (Beneficial Occupancy Date) by the Contracting Officer. 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 North American Industry Classification System (NAICS) Code for this project is 236220. Other Heavy and Civil Engineering Construction, with a small business size standard of $45,000,000.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 using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information 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.Construction Experience:Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. Experience of proposed subcontractors will not be considered. Furthermore, the Offeror’s experience as a subcontractor will not be considered.For each of the submitted relevant projects (a maximum of five (5) 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. A relevant project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Recent is defined as having been 100% completed within the last ten (10) years prior to the sources sought submission due date. A relevant project is further defined as:Size: A final construction cost of $30,000,000 or greater.Scope: Renovation of a multiple story existing buildingComplexity: Relevant projects shall collectively demonstrate experience with each of the following elements:Phased construction experienceConstruction work in existing buildings while adjacent buildings remain occupied during construction Hazardous Material Abatement and DisposalModular Building constructionNote: Each project does not have to demonstrate experience with each element of scope/complexity, but instead shall collectively demonstrate experience with all elements of scope/complexity.Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope/complexity and completed within the specified time period.For purposes of evaluating capability, the “Offeror” is defined as the prime contractor that demonstrates experience on relevant projects that meet size, scope and complexity.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.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.Responses are due on 20 March 2024 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Abigail Reed at Abigail.m.reed13.civ@us.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 abigail.m.reed13.civ@us.navy.mil.

Newport ,
 RI  02841  USALocation

Place Of Performance : N/A

Country : United StatesState : Rhode IslandCity : Newport

Office Address : 9324 VIRGINIA AVENUE NORFOLK , VA 23511-0395 USA

Country : United StatesState : VirginiaCity : Norfolk

You may also like

MODULAR BUILDING LEASING SERVICES

Due: 10 Jan, 2029 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Lawton Modular Building Site

Due: 29 Apr, 2024 (in 1 day)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

CDTF Modular Office Building

Due: 04 May, 2024 (in 6 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS