SOURCES SOUGHT
Z -- NMCP BUILDING 002 - RESTORE COMMON RESTROOMS & STAFF LOCKER ROOMS
- Notice Date
- 6/27/2025 4:19:15 AM
- 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
- N4008525R0056
- Response Due
- 7/11/2025 11:00:00 AM
- Archive Date
- 08/01/2025
- Point of Contact
- Amanda Milan, Phone: 757-396-3273
- E-Mail Address
-
amanda.m.milan.civ@us.navy.mil
(amanda.m.milan.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE FOR NMCP BUILDING 002 - RESTORE RESTROOMS & STAFF LOCKER ROOMS, PORTSMOUTH, VIRGINIA Notice Type: Sources Sought Date: 27 June 2025 Response Date: 11 July 2025 14:00EDT THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform construction services for Design-Build, Restore Common Restrooms and Staff Locker Rooms at Building 2, Naval Medical Center Portsmouth, Portsmouth, Virginia. 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. General Work Requirements- The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, Design-build and engineering, and other items necessary for the following: In general, this is a Design-build (DB) project to provide design recommendations as well as design for replacement of all wall, flooring, base, and ceiling finishes, FF&E, all plumbing fixtures, ceiling diffusers and returns, as well as lighting, receptacles, and associated work in the common restrooms and staff locker rooms. This DB project must provide an updated set of design and construction documents having the same design intent as the Basis of Design reference drawings, updated to include all current existing conditions, meet all current building codes, life safety codes, standards, The Joint Commission (TJC), and Government criteria and requirements. In addition, this DB project design and construction documents must update the FF&E, and any finishes that have been discontinued. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. The anticipated award of this contract is September 2025. The North American Industry Classification System (NACIS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45 million It is requested that interested parties submit a brief capabilities package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. For each of the submitted relevant projects (a maximum of five 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. The Source Sought Project Information Form shall be used to document a minimum of two (2) and up to a maximum of five (5) recent and relevant construction projects completed within the last five (5) years of similar size, scope and complexity to this project. Knowledge of the state regulations within the Area of Operation. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government/Agency point of contact. A relevant project is further defined as: Size: Over 12,000 square feet of restroom/locker room floor area, with a Final construction cost of $25M or greater. Similar Scope: Renovation or new construction of hospital common (multiple stall) restrooms, locker rooms, and showers in a fully occupied hospital; with renovation being more relevant than new construction. Design-build experience is preferred, with the most relevant being design-build experience with a professionally registered Architect/Interior Designer/Engineer design team on similar size, scope and complexity projects. Similar Complexity: While also meeting the size and scope requirements set out above, the following complexity requirements must 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: Experience renovating or constructing plumbing fixtures including water closets, urinals, showers, and solid surface mounted lavatory sinks inside a fully functional and fully occupied hospital; Experience renovating or constructing porcelain tile floors and walls, as well as ceramic tile shower walls and floors inside a fully functional and fully occupied hospital; Experience renovating or constructing hard-wired hands-free plumbing fixture controls, power receptacles, and LED light fixtures inside a fully functional and fully occupied hospital; Experience renovating or constructing multiple restrooms/locker rooms simultaneously in addition to multiple-phases (as opposed to a single construction phase) of construction inside a fully functional and fully occupied hospital. Note: Offerors must demonstrate experience with all of the work elements set forth above. This experience may be demonstrated cumulatively through all of the projects submitted by an offeror. In order for a project to be determined relevant, it must meet the size requirement and at least one of the scope/complexity items. Ensure that the project description clearly identifies the final construction cost and addresses how the project meets the scope/complexity. 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 capabilities package for this source sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this Design-Build requirement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy 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. Points of contact listed may be contacted for the purpose of verifying performance. Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to Amanda.m.milan.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on July 11, 2025. Late submissions will not be accepted. Questions regarding this source sought notice may be emailed to Amanda Milan at Amanda.m.milan.civ@us.navy.mil or via telephone at (757) 396-3273.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/653d3fd9c7124df5a908e4bc0d470d75/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07492452-F 20250629/250627230045 (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 |