Virginia Bids > Bid Detail

Repair and Improve Building 3300, Davis Center located at Marine Corps Base, Quantico, VA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159187464828346
Posted Date: Feb 5, 2023
Due Date: Feb 14, 2023
Solicitation No: N4008023R0016
Source: https://sam.gov/opp/3370375cb6...
Follow
Repair and Improve Building 3300, Davis Center located at Marine Corps Base, Quantico, VA
Active
Contract Opportunity
Notice ID
N4008023R0016
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 WASHINGTON
Office
NAV FAC ENGINEERING CMD WASHINGTON
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: Feb 05, 2023 11:22 am EST
  • Original Response Date: Feb 14, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Quantico , VA 22134
    USA
Description

This is a Sources Sought Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The NAVFAC Public Works Department, Marine Corps Base Quantico is issuing the Sources Sought synopsis as a means of conducting Market Research to identify parties having an interest in and the resources to support the requirement for civil works construction. The result of this Market Research will contribute to determining the method of procurement.



The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220 with a size standard of $39.5 Million. The potential magnitude for this requirement is estimated between $5,000,000 – $10,000,000. The anticipated Period of Performance for this work it 555 calendar days. Inquiries will only be accepted via email to Nathan Wade, Contract Specialist, at nathan.m.wade.civ@us.navy.mil. Please CC the Contracting Officer, Ms. Carloso Echols at carloso.a.echols.civ@us.navy.mil. The requested information should be completed and submitted no later than Friday, February 14, 2023 at 12:00 PM Eastern Standard Time.



The project include Repair and Improve Building 3300, Davis Center located at Marine Corps Base, Quantico, VA. The project includes the entire work for Building 3300, complete to the 5-foot line outside of the building, covering roof repairs. Providing all work in connection with replacing the HVAC system equipment, including Chillers, Air-Handling Units (AHUs), Controls, and Boilers. Replacing the Heating Water Plant equipment, including boilers, pumps, piping, valves, controls, and insulation. Replacing the Chilled Water Plant equipment, including pumps, piping, valves, controls, and insulation. Temporary HVAC shall be provided for this building, where the existing system is non-operational, during the contract period until repairs are complete and system operation is restored. Provide complete Testing and Balancing (TAB) of all air and water distribution systems and HVAC equipment. Duct Air-Leakage Tests (DALTs) shall be conducted. All air and hydronic distribution systems shall be pre-tested/pre-TAB'd for an adequate, efficient and functional design. Miscellaneous/supporting requirements: Related work for restoration of facilities after the above repair work. Post TAB shall be performed after installation at peak seasonal (Summer & Winter) conditions. All ductwork must be provided in accordance with the latest SMACNA and DALT testing guidelines.



If the requirement is advertised as a small business set-aside, then the resulting solicitation/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 and Sources Sought Project Information Form, provided as attachments to this notice.



The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant construction projects completed in the past three (3) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project proposed.



Size: A final construction cost of $1,000,000 or greater. At least one (1) project must have a final construction cost of $5,000,000 or greater.



Scope/Complexity: Individual projects shall demonstrate experience with the following:



• Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures.



Note: Projects submitted that only include horizontal or civil site work will not be considered relevant.



Additionally, submitted relevant projects shall demonstrate the following characteristics:



• Offerors shall have acted as the prime contractor on submitted projects. Offeror’s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract.



Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements.



This notice 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 ultimate issuance of a solicitation. 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 notice.



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.


Attachments/Links
Attachments

Contact Information
Contracting Office Address
  • 1314 HARWOOD STREET SE
  • WASHINGTON NAVY YARD , DC 20374-5018
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 05, 2023 11:22 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 >