Building 14 New Stair/Life Safety/Power Improvements, Portsmouth Naval Shipyard, Kittery, Maine

Agency:
State: Maine
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159114989339606
Posted Date: Nov 21, 2023
Due Date: Dec 5, 2023
Source: Members Only
Follow
Building 14 New Stair/Life Safety/Power Improvements, Portsmouth Naval Shipyard, Kittery, Maine
Active
Contract Opportunity
Notice ID
N4008524R2534
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
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2023 03:37 pm EST
  • Original Response Date: Dec 05, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kittery , ME
    USA
Description

SOURCES SOUGHT FOR DESIGN-BID-BUILD, B14, NEW STAIR/LIFE SAFETY/ POWER IMPROVEMENTS, PORTSMOUTH NAVAL SHIPYARD KITTERY, ME





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 Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for new stair / life safety / power improvements, Porstmouth Naval Shipyard Kittery, ME.





This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, certified 8(a) Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable to perform a proposed contract. Large business submittals will not be considered.





No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No drawings or specifications will be made available at this time. Respondents will not be notified of the results of this market research.





General Work Requirements:



The project will consist of a total interior renovation of the four story 22,705 square foot historic Building 14, including: hazardous material removal and remediation; modifying or removing and replacing the building’s floors and supporting structure; adding two code compliant internal stairs; adding a building addition to house an elevator, stair and utility support spaces; providing storm windows within original window openings; restoring historic windows; provide lightening protection system; repointing and repairing the historic masonry walls; repairing and repainting historic trim; repairs to historic granite block; repairs and modifications to historic timber framing; providing offices, a locker room, conference and break rooms, and toilet rooms; and completely overhauling the building’s mechanical, electrical, and fire protection systems.





Site improvements include all paving, walks, and utility pads. Utilities include electrical, fire, water, sanitary services, connections, and utility relocations.





In accordance with DFARS 236.204(i), the magnitude of construction for this project is between $10,000,000 and $25,000,000.





This is a new procurement. It does not replace an existing contract. No prior contract information exists.





The anticipated award of this contract is December 2024.





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.





If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice.





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 Data 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.





The following information shall be provided:



1. Contractor Information: Provide your firm’s contact information including Unique Entity Identifier (UEI) and CAGE Code.





2. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern.





3. 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 $10,000,000 or greater.





Scope: Complete renovation of a historic structure including repairing and removing interior structure while maintaining the exterior envelope, at least three stories tall, providing temporary shoring systems to support/brace existing framing members.





Complexity: Each submitted project does not require demonstrated experience with all of the following elements, but collectively, experience with all elements must be established throughout the submitted relevant projects.






  1. Experience with hazardous material abatement;

  2. Experience with interior and exterior renovation of historic brick/granite block buildings including temporary shoring of structural loadbearing elements;

  3. Experience with modifications to historic timber framing;

  4. Experience with historic facilities and adherence to the Secretary of the Interior guidelines for selective demolition and renovation;

  5. Experience with completely overhauling the building’s mechanical, electrical, and fire protection systems, utility outages, and/or temporary utilities that involved relevant utility systems;

  6. Experience with multi-phased/sequenced construction; and

  7. Experience with projects in congested urban or industrial areas with limited construction laydown space and restricted access and coordinated logistics.







While each project does not need to demonstrate each element of scope/complexity, the projects submitted as a whole must collectively demonstrate experience with all elements.





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 05 December 2023 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Sarah Lorkiewicz at sarah.m.lorkiewicz.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 sarah.m.lorkiewicz.civ@us.navy.mil.


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


History
  • Nov 21, 2023 03:37 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 >