P226 Maintenance Facility and Marine Air Group Headquarters, MCAS Cherry Point, North Carolina

Agency:
State: North Carolina
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159168227709186
Posted Date: Nov 28, 2023
Due Date: Dec 12, 2023
Source: Members Only
Follow
P226 Maintenance Facility and Marine Air Group Headquarters, MCAS Cherry Point, North Carolina
Active
Contract Opportunity
Notice ID
N40085-24-R-2531
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 28, 2023 11:21 am EST
  • Original Response Date: Dec 12, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    NC 28560
    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 P226 Maintenance Facility and Marine Air Group Headquarters, MCAS Cherry Point, North Carolina.





The project constructs a P226 Maintenance Facility and Marine Air Group Headquarters which include an engine maintenance shop facility, headquarters administration facility, and renovation. The aircraft engine maintenance shop includes maintenance areas, storage areas, administrative space, personnel support spaces, hazardous material storage areas, and secure working area. The headquarters building has spaces for administration, support, training, and secure working area. A Shop Renovation updating and reconfiguring for new requirements, providing new administrative space; and a Shop Addition providing additional shop and support spaces. Site improvements includes reconfiguration and upgrades to an existing Support Van Pad with upgrades of underground electrical distribution. The project also demolishes three buildings.





Electrical systems include primary power distribution, lighting, energy monitoring/control systems, telephone/data switch/server rooms, electrical switch gear, transformers, circuits, and fire alarms. Mechanical systems include plumbing air conditioning systems, and digital controls. Information systems include telephone, data, local area network, mass notification and intercom.





Built-in equipment includes overhead bridge cranes (5-ton), passenger elevator, emergency generator, welding hood, compressed air system, jack tester, paint booth, fire pump, laser corrosion removal system, vacuum system, vapor intrusion mitigation system and 400 Hz and 270v DC power systems.





Site work will include building utility systems, traffic control, parking, domestic water, fire protection water, sanitary sewer, sewage conveyance, bollards, fencing, gates, storm water management, fiber/copper communications, and area lighting.





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 three (3) 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: Administrative Facility with a final construction cost of $15,000,000 or greater with a square footage of 20,000 SF or greater or a Maintenance Facility with a final construction cost of $40,000,000 or greater and a square footage of 50,000 SF or greater.



Scope: New construction of an Administrative or Maintenance building. (At least one (1) must be an administrative facility, and at least one (1) must be a maintenance facility.





Complexity: Experience with construction of multiple new buildings.





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(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 Mary Ann Pool via email at mary.a.pool3.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 Tuesday, 12 December 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
  • Nov 28, 2023 11:21 am 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 >