P103 Construct 132,000 SF ETF at NOTU, Cape Canaveral, FL

Agency:
State: Florida
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159490364625666
Posted Date: Mar 18, 2024
Due Date: Apr 2, 2024
Source: Members Only
Follow
P103 Construct 132,000 SF ETF at NOTU, Cape Canaveral, FL
Active
Contract Opportunity
Notice ID
N6945024R0065
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 SOUTHEAST
Office
NAVFACSYSCOM SOUTHEAST
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 18, 2024 02:27 pm EDT
  • Original Response Date: Apr 02, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    FL 32920
    USA
Description

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 N6945024R0065. The purpose of this notice is 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 design-bid-build project will provide the U.S. Navy with a new mission critical facility located at Cape Canaveral Space Force Station (CCSFS) in Florida. The facility will consist of approximately 132,000 square foot (SF) building, which will sit on an approximate 33.50-acre green field site. The proposed construction includes a high bay, single story building with a mezzanine on a reinforced concrete foundation with a steel frame superstructure and reinforced concrete exterior wall panels. The roof structure will include metal decking over steel joists covered by rigid insulation and built-up roofing. Interior walls will be reinforced concrete masonry units (CMU) with filled cores and light-gage metal framing with gypsum wallboard partitions which extend to the underside of the roof / ceiling.





The building will consist of large laboratory (lab) and test areas. The individual areas will be connected by an internal circulation spine and have exterior access for material delivery. The facility will be supported by other administration, mechanical, electrical, communications, and building services spaces throughout. A mezzanine will be provided for the heating, ventilation, and cooling (HVAC) air-handling units and for mezzanine access to one of the test areas. Several of the areas will require high-bay construction for either overhead bridge cranes, storage racks, or to house tall vertical elements. Several of the spaces will require additional special requirements for operational needs. Some of these will be raised access flooring systems for heavy electrical and communication infrastructure and acoustical treatments for loud operation uses or for controlled communication.





This site and building have heightened flood and wind control due to its location. These features will require a raised finish floor elevation to lift the building above the flood and ocean surge plane along with increased structural design requirements for high wind gusts during a hurricane event. Increased environmental care will be required for this sensitive site. The site is undeveloped and has the potential to support habitats for endangered animal and bird species. In particular, the beach mouse, gopher tortoise, scrub jay, and tri-colored bat. This project anticipates relocating existing scrub jay habitat to another location. There may also be some cultural sensitivities. Additional investigation is needed to confirm any presence of historical items and their possible impact on the development of the facility. The design will be developed to meet a 50-year building life cycle. This will impact the performance level of building systems and materials selected. There will be several large pieces of equipment sensitive to vibration that will require isolated floor slabs to meet the weight and seismic requirements. The use of air pallets will also require several of these isolated slabs to have a low tolerance for flatness (i.e., be super flat). There will be several built-in cranes in the facility that will require an increased structural design load or separate steel structure and concrete footings. There will be two special commissioning requirements for the ETF: cybersecurity and security. This project will follow the UFC 4-010-01 Minimum Antiterrorism Standards for Buildings, UFC 4-010-06 Cybersecurity of Facility Related Control Systems, and UFC 4-010-05 Sensitive Compartmented Information Facilities Planning, Design and Construction.





The contractor will be required to maintain tight adherence to design and specifications during construction. This will include administrative requirements related to special and 3rd party inspections, project records, and design adherence.





Since this facility will be constructed on a U.S. Space Force installation, all construction must be performed by U.S. firms using U.S. citizens. Certain aspects of construction will require Contractor personnel to be subjected to a trustworthiness determinations. All Contractor personnel accessing the site will be subject to a 100% ID checks at all gates of entry by CCSFS security personnel. Contractor personnel must present a state or federally issued picture identification. Persons not possessing a Department of Defense (DoD) issued ID card or an approved Federal employee ID must have a valid reason to access CCSFS, must undergo a criminal history background screening, and be issued a CCSFS pass. All person(s) operating a vehicle are required to have in their possession at all times a current valid driver license, proof of current vehicle insurance, and current vehicle registration.





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 $100,000,000 and $250,000,000. 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 June 2025.





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 $250 Million per project, and the maximum aggregate bonding.





4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and 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:






  1. Responders shall submit a minimum of three (3) and a maximum of six (6) Design-Build or Design-Bid-Build projects that are similar in size, scope and complexity to the proposed project description that demonstrates experience as the prime contractor completed in the last 10 years. A minimum of 1 relevant project must be Design-Bid-Build. To be considered relevant, all projects must be 95,000 SF minimum with a contract value of approximately $175,000,000.





Additionally, at least one (1) relevant project must demonstrate construction experience in each of the following areas:



1. Raised compacted building elevation (minimum of 80,000 SF of area);



2. Continuous Pour Concrete Placement (minimum 180 CU YD placement); and



3. Heightened Security Requirements. To be considered heightened security a project must be for DoD or similarly contained installation perimeter, and within a secondary fenced area (I.E. airfield, MUNS, etc.) A construction perimeter fence will not be considered as heightened security.






  1. It is not necessary that any single project include all three additional construction experiences specified above, but all three must be demonstrated within the relevant projects submitted. For experience to be considered relevant, the Offeror must provide a thorough description that can be substantiated through the project records (Past Performance, etc.).






  1. 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.





A 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; rather Offerors shall submit the work performed under a task order as a project.





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 2 April 2024, 3:00 pm Eastern Time via email to sheila.i.borges.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil. The subject line of the email shall read: P103 ENGINEERING TEST FACILITY AT NOTU AT CAPE CANAVERAL. 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.




Attachments/Links
Contact Information
Contracting Office Address
  • COMMANDING OFFICER B-903 YORKTOWN
  • NAS JACKSONVILLE , FL 32212-0030
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 18, 2024 02:27 pm EDTSources 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 >