Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

99 -- Design-Bid-Build, FFG-62 Land Based Engineering Site, Philadelphia Navy Yard Annex, Philadelphia, PA

Notice Date
11/20/2023 1:16:27 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N40085-24-R-2536
 
Response Due
12/4/2023 2:00:00 PM
 
Archive Date
12/19/2023
 
Point of Contact
Brittany Cristelli, Phone: 7573411978
 
E-Mail Address
brittany.cristelli@navy.mil
(brittany.cristelli@navy.mil)
 
Description
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 Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Design-Bid-Build (DBB), FFG-62 Land Based Engineering Site (LBES) located at the Philadelphia Navy Yard Annex (PNYA) in Philadelphia, Pennsylvania. This project renovates/modernizes the south bay of Building 77H and Building 480 to provide a Land Based Engineering Test Site (LBETS) that will accommodate a comprehensive FFG-62 Constellation Class Machinery Plant Test & Evaluation Program for the life of the Class. Renovate/modernize the south bay of building 77H to provide 40,000 SF FFG-62 Land Based Engineering Site (LBES) and supporting infrastructure at the Philadelphia Navy Yard Annex (PNYA), Philadelphia PA. Building 77H renovation/modernization includes control room and pile supported concrete pads for test equipment; industrial staging area; shop area; tool and spare parts storage areas; demolition/removal of existing test sites; selective building demolition; civil site work to accommodate 20 MVA utility service; diesel fuel distribution system and 5,000 gal day tank; structural modifications to support air intake and exhaust stacks and extensive roof replacement; load bank platforms on the existing roof; new fire suppression systems; and fire/life safety code upgrades. Complete demolition of Building 480. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), 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�s best interest. The contract(s) 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.� 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) 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 demonstrating a final construction value of $50,000,000 or greater. Scope: Projects demonstrating experience with renovation of an industrial facility. Complexity: While also meeting the scope requirements set out above, the following complexity requirements shall be met collectively by the projects submitted, i.e. each submitted project does not require demonstrated experience with all of the following components, but collectively, experience with all of the complexity elements below must be established throughout the submitted relevant projects: Work within occupied facility; Work within secure or restricted areas; Experience with projects in congested industrial areas with limited construction laydown space and parking For all submitted projects, ensure that the project description clearly identifies whether the project is new construction, retrofit, or expansion, and specifically address how the project meets the size, scope, and complexity requirements as delineated above, and provide the final construction cost for each submitted project. 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. 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 $45,000,000. In accordance with DFAR 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. THIS NOTICE 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. 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�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. Points of contact listed may be contacted for the purpose of verifying performance. The submission package shall be submitted electronically to Brittany Cristelli via email at brittany.n.cristelli.civ@us.navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Monday, 04 December 2023 at 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/893a8a5e6fae44fe839c92badb4f8028/view)
 
Place of Performance
Address: PA, USA
Country: USA
 
Record
SN06890870-F 20231122/231120230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.