THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN-BID-BUILD CONSTRUCTION PROJECT, P200 NUCLEAR POWER TRAINING FACILITY SIMULATON EXPANSION, JOINT BASE (JB) CHARLESTON, SOUTH CAROLINA.
THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. 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 currently available. To protect the procurement integrity of any future procurement 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 purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service-disabled veteran-owned small business (SDVOSB). Potential sources should have current, relevant qualifications, experience, personnel and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses, along with other market research, to make various determinations regarding the procurement.
Project Description:
This project is a Design-Bid-Build construction of a high bay simulator facility to house large scale simulators and a multi-story simulator training support facility with production training facilities, simulation technology, training staff areas, simulator maintenance spaces, staff and student support areas, and storage. Proposed construction is steel framing with non-load bearing reinforced concrete masonry unit exterior walls, insulated metal panel walls, brick veneer, and metal panel exterior finish, modified bitumen roof and reinforced concrete pile foundation.
Work will include, but is not limited to, traditional construction elements such as concrete, structural steel, roofing, etc. and interior construction. Additionally work will include the construction of a Mechanical Building (MB), an overhead bridge crane on the high bay building, improvements to electrical, water, sanitary, storm water, and telecom utility distribution infrastructure to support the new facilities, a causeway widening, utility upgrades, and raising the road elevation, roadway and pedestrian capital improvements, reconstruction of existing parking spaces planned for demolition and constructing additional parking spaces, construction of an electrical power substation and associated electrical feeds to the site, Facility Related Control Systems (FRCS), installation of network infrastructure, Furniture, Fixture and Equipment (FF&E), Electronic Security Systems (ESS) infrastructure. The estimated Period of Performance is 1343 calendar days.
Any resultant contract will be firm-fixed price. The North American Industry Classification System (NAICS) Code is 236220 – Commercial and Institutional Building Construction with the annual size standard of $45.0 million. Project Magnitude is between $250,000,000 and $500,000,000. There are some portions of this project that will be Controlled Unclassified Information (CUI); therefore, recipients of the subject documents shall be U.S. citizen-owned companies and U.S. citizens. All subject documents shall be maintained/stored/positive control IAW CUI guidelines. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is September 2026.
Industry will be notified of the results of this evaluation and set-aside determination via the pre-solicitation/synopsis notice.
Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted, providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 24 pages. The information which must be contained in your response is as follows:
1) Contractor Information: Name and address of company, point of contact with phone number and email address.
2) Type of Business: Identify the company’s 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.
3) Bond Capacity: Information must include surety’s name, point of contact, telephone number, email address, and the bonding capacity of at least $300 Million per project, and the maximum aggregate bonding.
4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and SAM Unique Entity Identifier.
5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal:
_____ Yes ______No.
6) Experience Submission Requirements:
Responders shall submit a minimum of two (2) and a maximum of three (3) projects including contract numbers, project titles, dollar amounts, project completion date, performance ratings, and evidence of specific capabilities listed below:
Demonstrate Prime Contractor experience constructing training simulator facilities that was self-performed; must have been completed and accredited/certified within the last ten years, have a value of approximately $100,000,000 or greater; and be similar in size, scope and complexity to the proposed JB Charleston, Nuclear Power Training Facility Simulation Expansion.
Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project.
- Submissions shall contain the following items below (1-6) for each project submitted for consideration.
1. Include Contract Number, if applicable
2. Indicate whether Prime contractor or Subcontractor
3. Contract Value
4. Completion Date
5. Government/Agency point of contact and current telephone number.
6. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein.
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. 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, VOSB, 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 August 4, 2025, 3:00 pm Eastern Daylight Time, via email to dennis.p.bourgault.civ@us.navy.mil and copy lindsay.e.betteridge.civ@us.navy.mil. The subject line of the email shall read: P200 NUCLEAR POWER TRAINING FACILITY SIMULATON EXPANSION, JOINT BASE (JB) CHARLESTON, SOUTH CAROLINA. Emails shall be no more than 8 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.