Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOURCES SOUGHT

Y -- Munitions Storage Igloos

Notice Date
6/13/2005
 
Notice Type
Sources Sought
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Construction Contracts Branch (AQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-04-R-1320
 
Response Due
7/7/2005
 
Small Business Set-Aside
8a Competitive
 
Description
SOURCES SOUGHT FOR MUNITIONS STORAGE IGLOOS, ANDERSEN AIR FORCE BASE, GUAM: 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. Naval Facilities Engineering Command Pacific, AE/Construction Branch, is seeking U.S. Small Business Administration (SBA) certified 8(a) and/or HUBZone sources with current relevant qualifications, experience, personnel, and capability to perform a firm-fixed price construction contract for the design and construction of facilities for new munitions storage igloos to support forward positioning of munitions at this strategic overseas Air Expeditionary Force (AEF) Forward Operating Location (FOL). It is the intent for the selected Design-Build Contractor to provide the design and construction of a complete and usable facility for the Government, including the following elements: 1) Standard 7-bar Air Force Modular Storage Magazine, Box-Type, Std 421-80-06 (Hayman Igloo) at locations designated in the Andersen Air Force Base Munitions Storage Area; 2) Access roadway and site preparation; 3) Electrical power lighting; 4) Lightning protection; 5) Intrusion detection and telecommunication systems. The Government will only provide preliminary design plans that are approximately 40% complete. For your information except for the slab-on-grade and foundation system, the magazines are fully designed of precast and cast-in-place reinforced concrete construction with heavy steel doors, and shall be constructed in accordance with the Air Force Modular Storage Magazine, Box-Type, Std. 421-80-06, Standard Drawings with modifications incorporated in the design. The North American Industry Classification System (NAICS) Code is 238120, Structural Steel and Precast Concrete Contractors, with a Small Business Size Standard of $12.0 million. The estimated is range from $10,000,000 to $25,000,000. Interested sources are invited to respond to this Sources Sought announcement by using the form, provided under separate file, titled ?Sources Sought Information Form?. Submit a maximum of 5 projects describing the following: 1) Past Performance/Experience of contractor and designer: Describe the Government or commercial contracts your firm has completed in the last 5 years showing experience with the various types of reinforced and/or precast concrete structures/buildings, and civil works type construction projects similar in dollar value and complexity as indicated in this announcement. For each of the projects submitted for experience, provide the title, location, contract value, type of contract, contract completion date, customer point of contact including phone number, and a narrative description of the facilities constructed and/or products/services provided by your firm. Provide information of the firm experience on previous reinforced concrete and/or precast concrete structures/buildings, and civil works type construction projects of similar complexity with project cost in the range between $10,000,000 and $25,000,000; 2) Bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Identify whether your firm is a SBA certified 8 (a), HUBZone business concern or Service-Disabled Veteran-Owned Small Business. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC Pacific will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a) or HUBZone small business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Source Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this Sources Sought announcement by 2:00 p.m. 7 July 2005 to the attention of Ms. Wanda Okemura, Naval Facilities Engineering Command Pacific, AE/Construction Branch (AQ11:WO), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860. You may also email your response to wanda.okemura@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a Sources Sought announcement, no evaluation letters will be issued to the participants.
 
Place of Performance
Address: Andersen Air Force Base, Guam
 
Record
SN00828865-W 20050615/050613211951 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.