The RFP Database
New business relationships start here

Design-Bid-Build of Navy Gateway Inn and Suites (NGIS) Facility, Naval Station Mayport, Florida


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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), SBA certified HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and other Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project.
    
Project Description:

Navy Gateway Inns and Suites (NGIS): This project constructs a new high-rise lodging facility at Naval Station Mayport, FL. The lodging facility will have approximately 126 guest rooms (approximately 77,150 GSF) and will include common public guest services, floor support spaces, and back-of-house support spaces.
The new facility shall include the main check-in function, common public guest services, administrative spaces, floor support spaces, back-of-house support spaces, and FF and E. Common public guest services shall include entrance vestibule, lobby and reception areas, meeting/training space, business center, retail space, bell cart station, coffee bar, public toilets, guest laundry, vending/ice, guest corridors/circulation, and ATM. Office space for administrative functions are included. The facility also houses a centralized commercial grade laundry for NGIS. The new facility will include all utility and mechanical (HVAC) systems, plumbing, fire alarm and suppression systems, elevator, telephone, local area network (LAN), cable TV and other information technology (IT) systems.
Supporting facility requirements include all associated site work, utilities, vehicle parking, landscaping, and Antiterrorism Fore Protection (AT/FP) measures including progressive collapse. The new facility will be constructed to meet the wind and seismic requirements of ASCE 7-10; to comply with the Energy Policy Act of 2005. Site improvements shall provide connection of the new facility to the related adjacent facilities with the development of walks, drives, arrival/drop-off, parking, and other hardscape and landscape elements.

The contract will be for a term of 18 months. The estimated cost of construction, including existing demolition, is between $25,000,000 and $100,000,000, The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction with a Small Business Size Standard of $36.5 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 Source Sought announcement to make appropriate acquisition decisions.

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. The information which must be contained in your response is as follows:

1) Name and address of company.
2) Point of contact with phone number and email address.
3) Identify the companybs business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought.
If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification.
4) Evidence of sufficient bonding capacity of at least $50 million per project, and the maximum aggregate bonding amount. Evidence shall include the name, telephone number and point of contact of respective bonding company.
5) Evidence of registration in SAM, including Cage Code and Entity Identifier (formerly DUNS Number).

In addition to the general information above, interested offerors must provide the following specific information: Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below:

1)    New construction contracts/projects your firm has completed in the last seven (7) years as the prime contractor that best demonstrate your experience on projects that are similar in size, scope, and complexity to this requirement.
2)    Experience must be demonstrated in construction of new high-rise multi-unit housing type buildings (e.g.
hotels, apartment buildings, condominiums, bachelor quarters).
3)    Submitted projects must have a value of approximately $25,000,000 or greater and must involve new construction of facilities; repair projects will not be considered.

The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companybs ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. 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, SDVOSB, Veteran-Owned Small Business WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.


Interested parties should respond no later than 4 March 2019, 1:00 pm Eastern Time via email to deborah.torrence@navy.mil. The government is only seeking a 1 to 4 page response. The subject line of the email shall read: Navy Gateway Inn and Suites (NGIN) Facility, Naval Station Mayport, Jacksonville, Florida. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.

Deborah Torrence
Kyle Acton

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP