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 Design-Bid-Build (DBB) B300 Waterfront Machine Shop Roof & HVAC Repair, Portsmouth Naval Shipyard, Kittery, Maine.
Building 300 is a manufacturing and machining facility. The existing roof system has surpassed its design/service life and has deteriorated to the point where there are significant leaks to the interior. The building interior is exposed to water infiltration due to these roof failures. The HVAC systems were installed during the original construction of the building between 1979 and 1984. No substantial changes have been made to the HVAC system since. The existing HVAC systems have depositions of lead dust within them.
The project will remove existing roofing which has exceeded its useful service life and provide for replacement with new roofing in-kind. The project also provides the removal of all air handling units and associated ductwork that conditions the industrial work areas. The project includes measures to contain lead dust that is known to be present within existing air handlers and ductwork. The project provides the addition of unit heaters to provide heat to the industrial work areas and dedicated outdoor air systems to provide fresh air to the space accompanied by destratification fans for occupant comfort.
Site improvements include utility construction and restoration of disturbed areas resulting from demolition activities. Utilities include electrical, and fire safety systems.
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 will include FAR clause 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008), which states that “It will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded.”
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 two (2) 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: A final construction cost of $15 million dollars or greater.
Scope: Renovation of an industrial facility involving repairing, replacing and removing interior elements including roof and HVAC.
Complexity: Each project submitted does not require demonstrated experience with all of the following complexity elements, but shall collectively demonstrate experience with all of the following elements:
- Experience with construction in and/or around occupied industrial facilities.
- Experience with sequencing and/or phasing requirements.
- Experience with projects in congested urban or industrial areas with limited construction laydown space and restricted access
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 DFARS 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 Sarah Olson via email at Sarah.a.olson19.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, 25 March 2025 at 14:00 EDT. LATE RESPONSES WILL NOT BE ACCEPTED.