Georgia Bids > Bid Detail

P684 TRIDENT REFIT FACILITY (TRF) EXPANSION, NSB KINGS BAY, GA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159709120915290
Posted Date: Jan 14, 2023
Due Date: Jan 27, 2023
Solicitation No: N69450-23-R-0021
Source: https://sam.gov/opp/ca5e35df1a...
Follow
P684 TRIDENT REFIT FACILITY (TRF) EXPANSION, NSB KINGS BAY, GA
Active
Contract Opportunity
Notice ID
N69450-23-R-0021
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
NAVFAC SOUTHEAST
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 13, 2023 07:46 am EST
  • Original Response Date: Jan 27, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kings Bay , GA 31547
    USA
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 P684 TRIDENT REFIT FACILITY (TRF) EXPANSION, NSB KINGS BAY, GA





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 N6945023R0021. 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:



The DD1391 includes construction and renovation of eleven facilities and temporary facilities.





New facilities:




  • Two new industrial process facilities includes a 41k SF paint blast shop and a 12k SF battery handling & machinery shop.

  • Three new industrial storage facilities, 15k SF and 21k SF in size each.




  • Expansion to two existing industrial shops, 6,500 SF and 1,200 SF expansion size each.

  • Install (16) steel plates to existing concrete foundation to support Government equipment.





Renovation/Modernization:




  • Renovation/modernization to existing support building to provide 3,400 SF of administrative and shop spaces. Existing electrical systems will be upgraded to accommodate new higher voltage shop industrial shop equipment.






  • Renovation to existing support building to provide 2,000 SF of private offices. Renovation includes reconfiguration of existing fire protection, mechanical, and electrical systems to support new offices.






  • Renovation to existing support building to convert 3,800 SF of office space to industrial storage and shop space. Renovation includes reconfiguration of existing fire protection, mechanical, and electrical systems to support new offices.






  • Renovation to existing administration building to convert 300 SF of existing storage space to server room (raised floor is existing).





Temporary Facilities:




  • Constructs pre-engineered modular buildings supported by pedestals for the temporary facilities. Temporary facilities will include a paint mixing area, a wash area, an open workspace, personnel support spaces, private offices, and shop activities. Demolition of these facilities will occur after construction is complete.





Built-in Equipment:



The following built-in equipment will be provided throughout the facilities: 1-ton jib crane, (11) overhead bridge cranes (1-ton to 10-ton capacities), 5-axis routers, industrial wash out sink/drain, blast booth, industrial storage racks, central vacuum system, clean room safe, compressed air systems, deionized water cooling system, dust collector, 2-stop passenger elevator, eye wash stations, forklift charging station, and various test stands and tanks.





Site Improvements:




  • Retention pond expansion, roadways, asphalt and concrete pavement, parking sidewalks, equipment pads, sodding/grassing, pedestrian and bicycle features, signs, stormwater drainage features, temporary facility site work and site demolition.






  • Electrical utilities include primary and secondary distribution systems, site lighting, site communication and security, and fiber optic cabling.






  • Mechanical utilities include potable water lines, sanitary sewer lines, stormwater piping and distribution, natural gas piping, deionized makeup water treatment system and new chillers at existing chilled water plant.





This project requires Early Contractor Involvement (ECI), in addition to a fast-track approach. The initial contract will include a price for pre-construction services, an initial target price for construction and an initial target profit for construction. The Contractor shall provide preconstruction services to assist the Government in the development of a constructible, life-cycle cost effective facility. Preconstruction services include, without limitation, advice on the time and cost consequences of AE design decisions, market conditions, material availability, constructability and sequencing, in order to execute the project in accordance with the project schedule, and within the Ceiling Price. Ensure incorporation of these goals in project delivery. Consider all stages of the building lifecycle, including deconstruction, rehabilitation, re-purposing, or demolition.





Any resultant contract is anticipated to be fixed-price incentive fee (FPIF) contract, with Early Contractor Involvement (ECI) and Fast Tracking. The North American Industry Classification System (NAICS) Code is 236220 – Commercial and Institutional Building Construction with the annual size standard of $39.5 million. Project Magnitude is between $100,000,000 and $250,000,000. If the resulting solicitation is set aside for small business firms, the requirement will include under FAR guidelines the prime contractor must have the capability to perform at least 20 percent of the cost of the contract, not including the cost of materials, with its own employees. The anticipated award date is Sep 2023.





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 10 pages (10 single-sided or 5 double-sided pages). The information that 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, 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:





Responders shall submit a minimum of one (1) and a maximum of (3) projects that are similar in size, scope and complexity to the proposed project description and demonstrate experience with Early Contractor Involvement (ECI) or Construction Manager at Risk (CM@R), where the Contractor has provided cost, scheduling, constructability review and other pre-construction services, and assumed risk for keeping the project within budget. At least one project must have employed fast tracking. Similar in size is defined as a project off the same magnitude, or $50 to $250 million. Similar in scope and complexity is defined as a project that includes construction of a long span open facility, like a hangar, stadium, coliseum, convention center, or warehouse.





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. If project(s) are not approximately equal to the requested dollar value, explain in no more than one paragraph why we should consider the project.





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 response to 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 27 January 2023, 2:00 pm ET via email to john.e.mack5.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil. The subject line of the email shall read: P684 TRIDENT REFIT FACILITY EXPANSION, NSB KINGS BAY, GA. Emails shall be no more than 5 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
  • PO BOX 30 BLDG 903
  • JACKSONVILLE , FL 32212-0030
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 13, 2023 07:46 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 >