How Do I...?

Sell to the Government

Locations

Where We Are

Calendar

Events and Workshops

*

Sources Sought Northwest Fisheries Science Center Design-Build Montlake Campus Capital Renovation Project -NOAA

NOTICE OF BID OPPORTUNITY

Competitive Solicitation [ID] 

Sources Sought Northwest Fisheries Science Center Design-Build Montlake Campus Capital Renovation Project -NOAA

COMPETITIVE SOLICITATION POSTING: 05/02/2025

DEADLINE FOR SUBMITTING BIDS: 05/22/2025

Find the full solicitation on https://sam.gov/opp/af3c05b855344825afa52196a4fb31f7/view

Contract Location: 2725 Montlake Blvd. East Seattle, WA 98112

Contract description:

MARKETING RESEARCH ANNOUNCEMENT
Commercial and Institutional Building Construction
Northwest Fisheries Science Center
Design-Build Montlake Campus
Capital Renovation Project
2725 Montlake Blvd. East Seattle, WA 98112

The National Oceanic and Atmospheric Administration (NOAA) is publicizing this sources
sought/request for information notice in order to seek firms that have an interest in submitting a
response as a Prime Contractor (Design-Build Team) for a Design-Build project at NOAA’s
Northwest Fisheries Science Center, Montlake Campus Capital Renovation Project in the City of
Seattle, WA. Capabilities statements are requested from potential sources, including but not
limited to those firms that qualify under the Small Business Programs represented in the Federal Acquisition Regulations (FAR) Part 19; which includes Small Business, 8(a) Participants, HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), Veteran-Owned Small Business concerns (VOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns and Women-Owned Small Business (WOSB) concerns eligible under the WOSB Program.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY, to identify valid sources and to gauge the business interest for Commercial and Institutional
Building Design and Construction intended for the Montlake Campus Capital Renovation
Project. The estimated range for this project is between $50 million to $70 million.

MARKET RESEARCH IS BEING CONDUCTED in accordance with Federal Acquisition
Regulation (FAR) Part 10 to gain knowledge of interest, capabilities, and qualifications of other
than small and small businesses operating as PRIME CONTRACTORS (Design-Build Team)
with the capabilities and experience to perform the required work.

THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO
CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. RESPONDENTS
WILL NOT BE NOTIFIED OF THE RESULTS OF THIS MARKET RESEARCH. NO
REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING
INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT/REQUEST FOR
INFORMATION OR ANY FOLLOW-UP INFORMATION REQUESTED.

The full extent of the work will be described in the solicitation, which may follow at a later date.
However, a summary of the services to be performed is provided as follows.

FOR PURPOSES OF THIS NOTICE, Interested Design-Build Teams are invited to submit a capabilities statement/narrative demonstrating the team’s experience in leading design-build construction projects of a similar nature as described above.
The submittal shall be no longer than ten (10) pages and shall include the following information:

1. Company name, address, point of contact with verifiably correct telephone number and email address;
2. Company business size, including any official teaming arrangements as a partnership or joint venture;
3. Company documentation shall include verifying status as a certified 8(a) small business, Small Business, HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Veteran-Owned Small Business concerns, Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns and Women-Owned Small Business (WOSB);

4. Details of two (2) similar projects completed within the last ten (10) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the two (2) similar projects;

a. State whether the firm acted as the Prime Contractor or Subcontractor;
b. Dates of construction for the two (2) projects;
c. All projects shall demonstrate the team’s successful design-build execution of projects of similar scope and scale and highlight any special sustainability features or certification.
d. Project references (including owner with telephone number and e-mail address);
e. Project cost, term, and complexity of job;
f. Information on the firm’s bonding capability to cover 100% of the construction cost – SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES; and
g. Please indicate your intent to submit an offer on a subsequent solicitation.

NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the
geographic location of the work (e.g. the field office is 50 miles outside of the Seattle, WA metropolitan area), please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government.

Failure to submit all information requested will result in a contractor not being considered as an interested concern.

GOOGLE FORM RESPONSES ARE REQUIRED (and include an option to upload documents). In the event a contractor is unable to gain access to the form, email responses will be permitted. A PDF copy of the Google form is attached to the Sources Sought and shall be completed, additionally, your capabilities statement (if not being submitted via Google Form), ten (10) PAGES OR LESS, shall be submitted VIA E-Mail to the Contract Specialist Paul Tucker at Paul.Tucker@noaa.gov and Ms. Ronette C. McBean-Felder, Contracting Officer, email: ronette.mcbean-felder@noaa.gov.

Your response to this Notice, is due no later than Thursday, May 22, 2025, by 2:00 PM EST

Acknowledgment of responses will not be made, nor will respondents be notified regarding the results of the Government’s evaluation of the information received. The determination to proceed with the acquisition is within the discretion of the Government. Telephone inquiries will not be accepted.

Please be reminded that a prospective Offeror interested in obtaining a contract award with the Government must be registered in the Federal Government’s System for Award Management (SAM) database. Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov.

AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The Government will not reimburse responders for the cost of the submissions.

Scope of Work: The Design-Build Team will be responsible for all design services, labor, materials, equipment, and project oversight (i.e. management and field supervision) to complete all code required improvements (seismic-structural upgrades, fire and life safety, and mechanical, electrical, and plumbing work) such that no additional capital level investments are required for at least another 20 years.

The scope of work is currently being developed, but may include renovations and reconfigurations to improve the efficiency and utilization of the campus. Examples of this work include consolidating lab and office space for higher utilization rates and allowing for more space where there are deficiencies.

For additional details please refer to the SOW Abstract included as an attachment on SAM.gov. The North American Industry Classification System Code (NAICS) is 236220 – Commercial and Institutional Building Construction. The Small Business Size Standard is $45.0 million.

Commodity codes: NAICS 236220

Solicitation documents: Solicitation documents, contacts and bid instructions are available in WEBS and : https://sam.gov/opp/af3c05b855344825afa52196a4fb31f7/view

 

Points of Contact: 

Name: Paul Tucker

Email: Paul.Tucker@noaa.gov

 

Name: Ms. Ronette C. McBean-Felder

Email: ronette.mcbean-felder@noaa.gov

Organization: NOAA Facilities Support Branch Corporate Services Acquisition Division

Value: 50 – 70 Million

NOTE: These postings are from third parties and are listed as a courtesy.  This website is not an official posting site for government agencies. Posts you see here are posted as a courtesy only. You must visit the agency’s official site (i.e. WEBS, SAM, etc) to see official bid notices, amendments, etc.

Get Latest News & Updates

News and announcements will be delivered straight to your inbox

Region 6 is hosted by the Thurston County Economic Development Council and serves Pierce County.

ABOUT THE THURSTON EDC

The Thurston Economic Development Council (EDC) is a private non-profit organization.  As the lead economic development organization in Thurston County our mission is to create a vital and sustainable economy throughout the county and region that supports the livelihood and values of our residents. We do this by:

·        Connecting local businesses with experts and resources that help them remain competitive

·        Creating and delivering strategic messages that attract new investment to our community

·        Working with our community partners to enhance our collective prosperity and encourage our economic future 

·        Participating regionally to ensure that Thurston County plays an appropriate role on the regional economic stage.

Pierce County services are primarily provided virtually. 

This location is funded, in part, through a partnership with Pierce County through the Navigator Program

General Contact: pierce@washingtonapex.org

Clallam and Jefferson counties

Tri-City Regional Chamber of Commerce

Tri City Regional Chamber of Commerce

Region 8 is hosted by the Tri-City Regional Chamber of Commerce and serves Benton, Columbia, Franklin, Grant, Klickitat, Walla Walla, and Yakima counties.

About the Tri-City Regional Chamber

The Tri-City Regional Chamber of Commerce is the leading business advocate for nearly 1,000 private, public, and non-profit member firms in the Tri-Cities region. The fifth largest chamber in Washington, the Tri-City Regional Chamber advocates for a strong business community and supports the interests of its members. The Regional Chamber is a catalyst for business growth, a convener of leaders and influencers, and a champion for a strong community.

Address

7130 W Grandridge Blvd, Suite C
Kennewick, WA. 99336

Email: tricity@washingtonapex.org

GREATER SPOKANE INC

Region 7 is hosted by Greater Spokane Inc and serves Spokane, Adams, Asotin, Douglas, Ferry, Garfield, Lincoln, Okanogan, Pend Oreille, Stevens and Whitman counties.

ABOUT GREATER SPOKANE INC

Greater Spokane Incorporated (GSI) is the Spokane region’s business development organization, focused on leading transformative business and community initiatives to build a robust regional economy. GSI is a nonprofit organization that serves as the Spokane Regional Chamber of Commerce and Economic Development Organization that supports the success of businesses of all sizes across the Inland Northwest. GSI is dedicated to creating a vibrant Spokane region by advocating at the local, state, and federal levels, driving strategic economic growth, and championing a talented workforce. Learn more at GreaterSpokane.org.

Address

801 West Riverside Avenue, Suite 200
Spokane, WA 99201

Contact: spokane@washingtonapex.org

Green River College

Region 5 is hosted by the Green River College serves King County.

ABOUT THE GREEN RIVER COLLEGE

The mission of Green River College is to ensure student success through comprehensive programs and support services responsive to our diverse communities.

ADDRESS

1221 D St NE
Suite 210 C
Auburn, WA 98002

Email: king@washingtonapex.org

Economic Alliance Snohomish County

Region 4 is hosted by the Economic Alliance Snohomish County and serves Snohomish, Skagit, Island, San Juan and Whatcom counties.

ABOUT THE EASC

The Economic Alliance Snohomish County (EASC) is a nonprofit serving as a combined economic development organization and a countywide chamber of commerce. We bring together private-public partners to create a unified voice for Snohomish County.

Address

808 134th St. SW, Suite 101
Everett, WA 98204

Email: snohomish@washingtonapex.org

Columbia River Economic Development Council

Region 3 is supported by the Columbia River Economic Development Council and serves the counties of Clark, Cowlitz and Skamania. 

Columbia River Economic Development Council 

Address

805 Broadway St, Suite 412
Vancouver WA 98660

Email: swwa@washingtonapex.org

Thurston County Economic Development Council

Region 2 is hosted by the Thurston County Economic Development Council and serves Thurston, Lewis, Mason, Grays Harbor, Pacific, Wahkiakim, Chelan and Kittatas counties.

This center is also the main center for Washington APEX Accelerator Statewide

ABOUT THE THURSTON EDC

The Thurston Economic Development Council (EDC) is a private non-profit organization.  As the lead economic development organization in Thurston County our mission is to create a vital and sustainable economy throughout the county and region that supports the livelihood and values of our residents. We do this by:

  • Connecting local businesses with experts and resources that help them remain competitive
  • Creating and delivering strategic messages that attract new investment to our community
  • Working with our community partners to enhance our collective prosperity and encourage our economic future
  • Participating regionally to ensure that Thurston County plays an appropriate role on the regional economic stage.

Address
4220 6th Ave
Lacey, WA 98503

General Contact: thurston@washingtonapex.org

Kitsap Economic Development Alliance

Region 1 is hosted by the Kitsap Economic Development Alliance and serves the counties of Kitsap and North Mason.  

ABOUT KEDA

The Kitsap Economic Development Alliance (KEDA) is a 30+ year old public/private nonprofit 501 (c) (6) corporation founded in June 1983. Our goal is to attract and retain jobs and investments in this community that generate wealth, enhance the quality of life and embrace future generations.

Address
2021 NW Myhre Rd, Suite 100
Silverdale WA 98383

Email:  kitsap@washingtonapex.org