This modification to Sources Sought is to specify the maximum number of projects to be cited by interested parties in paragraph four below. The response date remains unchanged. SOURCES SOUGHT FOR ONE FULLY DESIGNED AND THREE DESIGN-BUILD CONSTRUCTION PROJECTS AT SHAW AFB, SC. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND 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. In order to protect the procurement integrity of any future procurement, if any, 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 Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone, and Service Disabled Veteran-Owned Small Business sources with current relevant qualifications, experience, personnel, and capability to perform these proposed projects. The proposed projects are to construct a Fitness Center, Visiting Officers Quarters, Temporary Lodging Facility and Child Development Center at Shaw AFB, SC. The cumulative estimated cost for construction for all four projects is expected to exceed $10M. A brief description of each project is provided below. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $31.0 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone Small Business, or Service Disabled Veteran Owned contractors: first priority, or whether to issue a solicitation as full and open competition (unrestricted): second priority. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for not more than FIVE completed projects within the last five years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of previous experience and capabilities in constructing the following: PROJECT DESCRIPTIONS: FY 08 military construction program at Shaw AFB. FITNESS CENTER, SHAW AFB ? (Fully Designed) The project involves the construction of a new Fitness Center at Shaw AFB, Sumter, SC. The proposed Fitness Center will consist of a multi-story facility containing 25,000 square feet of gross area. The estimated cost is between $5M to $10M. The new Fitness Center will include administration spaces, locker rooms, group exercise rooms, racquetball courts, a gymnasium, and fitness equipment spaces for cardiovascular, free weights, and resistance weight training equipment. The work includes communication and fire protection systems, all supporting utilities, and site work consisting of access roads, parking, sidewalks, access drives, and landscaping. The HVAC system for the Fitness Center will be based on ground source heat pumps and a geothermal well field. The construction will have a maximum duration of 547 days. VISITING OFFICERS QUARTERS, SHAW AFB ? (Design Build) The project involves the construction of a new Visiting Officers Quarters at Shaw AFB, Sumter, SC. The proposed Quarters will consist of a single-story facility containing 11,050 square feet of gross area. The estimated cost is between $1M to $5M. The new VOQ will include 17 guest suites, public restrooms, utility rooms, and vending and storage areas. Each suite will provide separate sleeping and living areas, bathroom, closets, and laundry area. The work includes communication and fire protection systems, all supporting utilities, and site work consisting of access roads, parking, sidewalks, access drives, and landscaping. The construction will have a maximum duration of 365 days. TEMPORARY LODGING FACILITY, SHAW AFB ? (Design Build) The project involves the construction of a new Temporary Lodging Facility at Shaw AFB, Sumter, SC. The proposed TLF will consist of a single-story facility containing 8600 square feet of gross area. The estimated cost is between $1M to $5M. The new TLF will include seven temporary lodging units. Each unit will include a full kitchen with dining area, washer/dryer area, full bath, living room, storage closets, and either one or two bedrooms. The work includes communication and fire protection systems, all supporting utilities, and site work consisting of access roads, parking, sidewalks, access drives, and landscaping. The construction will have a maximum duration of 365 days. CHILD DEVELOPMENT CENTER, SHAW AFB ? (Design Build) The project involves the construction of a new Child Development Center at Shaw AFB, Sumter, SC. The proposed CDC will consist of a single-story facility containing 9000 square feet of gross area and a supporting playground area. The estimated cost is $1 to $5M. The new CDC will be constructed adjacent to the existing CDC and will provide additional area for child care services in support of the projected growth in number of base personnel. The work includes communication and fire protection systems, all supporting utilities, and site work consisting of access roads, parking, sidewalks, access drives, and landscaping. The construction will have a maximum duration of 365 days. PARTICULAR TO EACH BUILDING ? (Design Build) Each new facility will be constructed with a reinforced concrete foundation and floor slab on shallow spread footings, steel frame, and brick masonry veneer. Interior partitions will be gypsum wall boards on metal studs. The new facilities will have aluminum windows with laminated glazing and an aluminum standing seam metal roof. The new facilities will comply with applicable DOD Anti-terrorism/Force Protection requirements. The facilities are designed with an emphasis on sustainable design. The LEED Green Building Rating System will be used with a goal of achieving a LEED Silver Certification. CONTRACTOR QUALIFICATIONS ? BASED ON THE RESULTS OF THIS MARKET SURVEY, THE GOVERNMENT MAY ELECT NOT PACKAGE ALL FOUR EFFORTS UNDER ONE CONTRACT. THEREFORE, RESPONDENTS SHALL PROVIDE SEPARATE RESPONSES TO EACH PROJECT. In the market survey and analysis, prospective contractors should demonstrate the following qualifications: 1. Provide examples of projects worked as a prime contractor within the last five years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. Address ability to work multiple areas involving building renovation and new construction. 2. Provide project examples demonstrating experience with prevention of the spread of debris, dust and paint from construction areas to adjacent occupied facilities. 3. Provide project examples that demonstrate compliance with UFC 4-010-01, DOD Minimum Antiterrorism Standards for Buildings. 4. Provide examples of projects that have been LEED certified by the US Green Building Council. If no projects have been certified by the USGBC, identify any projects that conformed to the requirements for achieving a LEED certification by the USGBC. 5. Provide examples of projects that included geothermal based HVAC systems. 6. Bonding Capacity: Provide Surety's name, your maximum bonding capacity per project, and your maximum aggregate bonding. 7. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for 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. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. 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, or Service Disabled Veteran-Owned small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 2:00 PM(EST), 21 November 2007, via email to
[email protected]. The subject line of the email shall state: Sources Sought for BRAC Construction Projects at SHAW AFB. Responses that do not meet all requirements or submit within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
Bid Protests Not Available