SOURCES SOUGHT
Y -- P683 AIRCRAFT ENGINE REPAIR FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA
- Notice Date
- 10/10/2025 7:07:01 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945026R0005
- Response Due
- 10/24/2025 12:00:00 PM
- Archive Date
- 11/08/2025
- Point of Contact
- Cynthia McMonigle, Phone: 9045426606, Lindsay Betteridge
- E-Mail Address
-
cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BID BUILD CONSTRUCTION PROJECT, P683 AIRCRAFT ENGINE REPAIR FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA. THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated solicitation number is N6945026R0005. The purpose of this notice is for the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service-disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement. Project Description: This project is a Design Bid Build construction of a new facility and parking structure at NAS Jacksonville. The facility will conduct repairs of the Joint Strike Fighter (JSF) engine. The P683 project consists of a facility design for the Engine Repair Facility located at Naval Air Station (NAS), Jacksonville, Florida and will support the Fleet Readiness Center (FRC) operations. The facility is proposed as an approximately 300,000 gross-square-foot (GSF) one-story high bay engine repair facility with associated 20,000 GSF two-story support/office and administration areas and 300,000 GSF parking structure. It is a steel-framed structure with a combination of precast concrete walls and metal panel system, a modified bitumen roof, and shallow bearing foundation system. The engine repair facility will include operational areas, maintenance spaces, storage and support spaces and administrative areas. It will also include a Loading Area Weather Protection zone along the southern side of the facility. Built-in equipment includes 29 double-girder bridge dual hoist cranes (eleven 4.5-ton and eighteen 2-ton), crane rails, automated vertical storage system, and passenger elevator. This project will also include two surface parking lots, including a 1.34-acre temporary gravel parking lot (150 parking spaces) and 3.24-acre asphalt paved parking lot (288 spaces), and intersection improvements at Ranger and Birmingham. There are two existing administration buildings each approximately 19,000 SF as well as a covered walkway that are scheduled to be demolished as part of this project. Occupants displaced from this demolition will be relocated to the administration extension on the engine repair facility. The estimated Period of Performance is 880 calendar days. Any resultant contract will be firm-fixed price. The North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $45.0 million. Project Magnitude is between $250,000,000 and $500,000,000. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is September 2026. Industry will be notified of the results of this evaluation and set-aside determination via the pre-solicitation/synopsis notice. Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted, providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 24 pages. The information which must be contained in your response is as follows: 1) Contractor Information: Name and address of company, point of contact with phone number and email address. 2) Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $300 Million per project, and the maximum aggregate bonding. 4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Unique Entity Identifier (formerly DUNS Number). 5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 6) Experience Submission Requirements: Responders shall submit a minimum of two (2) and a maximum of three (3) projects including contract numbers, project titles, dollar amounts, project completion date, performance ratings, and evidence of specific capabilities listed below: Demonstrate Prime Contractor experience constructing manufacturing facilities and building a multi-level parking structure; must have been completed and accredited/certified within the last ten years, have a combined value of approximately $50,000,000 or greater; and be similar in size, scope and complexity to the proposed NAS Jacksonville Aircraft Engine Repair Facility. Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project. a. Submissions shall contain the following items below (1-6) for each project submitted for consideration. 1. Include Contract Number, if applicable 2. Indicate whether Prime contractor or Subcontractor 3. Contract Value 4. Completion Date 5. Government/Agency point of contact and current telephone number. 6. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. 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 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HUBZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Interested parties should respond no later than October 24 2025, 3:00 pm Eastern Time via email to cynthia.a.mcmonigle.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil. The subject line of the email shall read: P683 Aircraft Engine Repair Facility at Naval Air Station Jacksonville, FL. Emails shall be no more than 8 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b867a150d77f4cee9dd301583e5cdcaf/view)
- Place of Performance
- Address: FL 32218, USA
- Zip Code: 32218
- Country: USA
- Zip Code: 32218
- Record
- SN07617286-F 20251012/251010230034 (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 |