Inactive
Notice ID:N4008518R0620
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 Comman...
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 Command, Mid-Atlantic is conducting market research to seek eligible firms (both large and small businesses) capable of performing construction services for the following project: The proposed project is for P1043 Hadnot Point Water Treatment Plant Replacement at Camp Lejeune, North Carolina. The work includes, but is not limited to, construction of a new, low-rise, 8.0 million gallons per day (mgd), nanofiltration membrane water treatment facility, including approximately 12,500 linear feet of 12-inch diameter process forcemain and associated marine outfall, approximately 21,500 linear feet of overhead primary electrical transmission line, demolition of existing water treatment facility, and related appurtenant work. Construction of the treatment facility is generally described as reinforced concrete and masonry with brick veneer, shallow foundations, concrete slab, standing seam metal roof, high bay process area with bridge crane, water treatment process equipment, building mechanical systems, fire protection systems, emergency electrical generator, bulk chemical storage and feed facilities, pre-stressed concrete above-grade water storage tank, and required site security fencing. The main administrative and treatment building footprint will be approximately 25,000 square feet. All large businesses, service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), and small businesses are encouraged to respond. Upon review of industry responses 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. If the resulting solicitation is set aside for small businesses firms, it 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.� This office anticipates award of a contract for these services in December 2018. The North American Industry Classification System (NAICS) Code for this project is 237110, Water and Sewer Line and Related Structures Construction, with a small business size standard of $36,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of both potential small and large business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages total) demonstrating the ability to perform the requested services. All responses shall include the following: 1. Completed SOURCES SOUGHT – CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding. Contractor must be able to demonstrate at least a per project bonding capability $40,000,000. Note: If you are submitting as an 8(a) Mentor Protégé, please indicate the percentage of work to be performed by the Protégé. 2. Completed SOURCES SOUGHT – PROJECT INFORMATION FORM (form attached) for each of the submitted relevant projects. Ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of one (1) and a maximum of five (5) relevant construction projects completed in the past ten (10) years that best demonstrates your experience on projects that are similar in size, scope, and complexity. The attached construction experience project data form shall be utilized to demonstrate experience. For each project please clearly identify the following information in Block 10, Project Description: • Is the project a water or waste water treatment facility? • Indicate the rated design capacity. How many million gallons per day are proessed? • Indicate whether the system employs membrane filtration technology as its primary separation technology. Membrane filtration is defined as a pressure- or vacuum-driven separation process in which particulate matter larger than 1 micron is rejected by an engineered barrier. • Indicate whether the project included the furnishing, installing, and commissioning programmable logic controller (PLC) based water and/or wastewater treatment plant supervisory control and data acquisition (SCADA) systems. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Maurice Muse at maurice.muse@navy.mil , and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN THURSDAY, 02 AUGUST 2018 AT 2:00 PM EASTERN TIME. LATE RESPONSES WILL NOT BE ACCEPTED.