Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOURCES SOUGHT

Y -- Renovation of Building 22 Naval Air Station Joint Reserve Base New Orleans, LA

Notice Date
10/18/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Jacksonville, P. O. Box 139, Jacksonville, FL, 32212-0139, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DBMACCPackage11Building22NOLA
 
Response Due
10/25/2006
 
Archive Date
11/8/2006
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. THERE WILL BE NO REIMBURSEMENT FOR COSTS EXPENDED IN PREPARING YOUR RESPONSE TO THIS SOURCES SOUGHT. The Naval Facilities Engineering Command Southeast, solicits Capability Statements from all qualified and interested parties that are certified with SBA as 8(a), Service Disabled Veteran Owned Small Business, or HubZone small business to participate in a competitive set aside of a renovation construction project aboard the Naval Air Station Joint Reserve Base, New Orleans, LA The project is in the 4 to 5 Million dollar range, Has a NAICS Code of 236220 and has a 315 calendar completion time. The work shall include minor site work, demolition, asbestos abatement, small building addition, hydraulic elevator, windows, doors, architectual finishes, HVAC plumbing, electrical, fire suppression, and incidental related work for renovation of Building 22. All prospective providers shall show evidence of 1) Bonding capability for a project of this size, 2) Successful construction experience within this NAICS classification, 3) And especially with regard to the local resources available, ability to staff and manage a project of this size to include ability to obtain subcontractors and supplies and materials as well as storage capability. A contract, if awarded, will be firm-fixed price with no advance or special progress payments clauses. Under FAR guidelines, the prime contractor must have the capability to perform at least 51 percent of the contract work with its own employees. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, or HubZone Small Business contractors, or to set aside under the competitive DB MACC contract already in place before going out as an unrestricted solicitation, inviting full and open competition. 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 no more than ten pages. Respondents must include references and a capability statement for at least two completed projects within the last five years that are similar to the 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. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant federal government construction experience within the last 5 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Proof of SBA certification for either 8a or HubZone or Service Disabled Veteran Owned Small Business status. Firms must also be registered in the CCR database and possess a DUNS and CAGE Code. 3. Bonding/Insurance Capability 4. A clear understanding of the limited resources locally available due to other hurricane damage rebuilding as well as the offeror's statement of how they plan to procure subcontractors and materials and supplies and adequately and safely store them. 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 Navy in tailoring requirements to be consistent with industry capabilities. This market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Offers that do not meet all requirements or do not submit within the allotted time will not be considered. Electronic submissions are not only welcomed but encouraged. The responses to this SOURCES SOUGHT should be e-mailed to Christopher McLaughlin at chris.mclaughlin@navy.mil or mailed to Naval Facilities Engineering Command Southeast, Attn: Chris McLaughlin, Acquisitions Code IPT Gulf Coast, Building 135 Northside, Naval Air Station Jacksonville, FL 32212. Responses must be received by this office no later than 3:00 PM EDT, Wednesday October 25, 2006.
 
Place of Performance
Address: NAVFAC Southeast, ROICC New Orleans, NSA B-2, 2300 General Myers Ave, New Orleans, LA
Zip Code: 70142
Country: UNITED STATES
 
Record
SN01167372-W 20061020/061018220722 (fbodaily.com)
 
Source
FedBizOpps 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.