THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. There will not be a solicitation, specifications or drawings available at this time. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
This is a sources sought synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used to facilitate the decision-making process. The intent of this notice is to identify potential offerors and to determine whether to set-aside the requirement for small business concerns for the upcoming solicitation.
Naval Facilities Engineering Systems Command Mid-Atlantic, FEAD Cherry Point, is specifically seeking 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement.
The work includes construction of new Range Operations Center and incidental related work including locating underground utilities, construction of a new ISMT Addition, construction of a new training shelter, demolition of building 990, 1659 and 4647, purchasing and installation of furniture, fixtures, equipment (FF&E) and FF&E design services.
This project magnitude is estimated to be between $5,000,000 and $10,000,000.
Potential Procurement Method: Sealed Bidding
The total term of the contract will be 550 days.
The North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction with a Small Business Size Standard of $45,000,000.00.
This is a new procurement. It does not replace an existing contract. No prior contract information exists.
The proposed contract listed here is being considered for a set-aside. Interested small business concerns should, indicate interest in the acquisition by providing to the contracting office above evidence of capability to perform and a positive statement of eligibility as a small business concern. If adequate interest is not received from small business concerns, the solicitation will be issued as unrestricted without further notice. The evidence of capability to perform should include a minimum of 3 similar projects.
The following information shall be provided:
1. Contractor Information: Provide your firms contact information, including DUNS number, CAGE Code, bonding capacity, and a statement regarding small business designation and status.
2. Type of Business: Identify whether your firm is an 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Business concern. If you are proposing as an 8(a) mentor Protégé, please provide a copy of the SBA approval of the Mentor Protégé agreement. For more information on the definitions or requirements for these small business programs, refer to https://www.sba.gov.
3. Experience: Submit a minimum of three (3) similar projects completed in the past seven (7) years that best demonstrate your experience on project that are similar in size, scope and complexity.
RESPONSES ARE DUE ON 31 JANUARY 2025 BY 2:00 P.M. Eastern Time. Submissions shall ONLY be submitted electronically to Kimberly Lacy via email at kimberly.c.lacy.civ@us.navy.mil. Submissions MUST be limited to 10Mb attachment. Responses received after the deadline or without required information will not be considered. Telephone calls will NOT be accepted.
Offerors/Bidders can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available.