Maine Bids > Bid Detail

B79 DBB 2nd and 3rd Floor Renovations

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159394955309982
Posted Date: Jan 19, 2023
Due Date: Feb 2, 2023
Solicitation No: N4008523R2602
Source: https://sam.gov/opp/f0b8dc21d1...
Follow
B79 DBB 2nd and 3rd Floor Renovations
Active
Contract Opportunity
Notice ID
N4008523R2602
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 19, 2023 12:42 pm EST
  • Original Response Date: Feb 02, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1JZ - MAINTENANCE OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kittery , ME
    USA
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 B79 2nd and 3rd Floor Renovations, Portsmouth Naval Shipyard, Kittery, ME.



This project replaces mechanical systems on the second and third floors in Building 79, a historic waterfront support facility. Repairs will include replacing the heating system, HVAC, and controls. The heating system shall be replaced with a new steam to hot water plant, hot water circulation pumping system and a complete new hot water distribution system. The proposed HVAC system will allow for more precise control of the environment and will allow for future space flexibility. Systems will be designed and located to allow safe and accessible maintenance without disrupting the customer. Ventilation air supply and control will be energy efficient and will utilize BACnet based controls, allowing for full integration to the base wide network and Regional smart Grid. Building envelope repairs are also included but limited to repairing flashing around windows, roof repair, repointing masonry, and addressing water infiltration issues.



Furthermore, the project reorganizes waterfront engineering support and training spaces required to accommodate recent hiring necessary to support the Shipyard's mission. Combining mechanical repairs with this reorganization provides for a more efficient approach that reduces impacts and accommodates hiring by increasing density and efficiently configuring existing spaces.



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: A final construction cost of $10 million dollars or greater.



Scope: Renovation to a historic building, including HVAC and electrical systems replacement.



Complexity: Each project submitted must demonstrate experience with all elements:




  1. Experience with renovation to a historic government building.

  2. Experience with sequencing and/or phasing requirements.

  3. Experience with installing and/or replacing HVAC, electrical (power/tel/data), and plumbing systems.



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.



Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé 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(i), the magnitude of construction for this project is between $10,000,000 and $25,000,000.



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 James Godwin via email at james.a.godwin41.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 Thursday, 02 February 2023 at 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 19, 2023 12:42 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >