Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

Z -- REPAIR SANDBLAST FACILITY

Notice Date
1/12/2007
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Gulfport, 100 Annex Road Suite 101, Biloxi, MS, 39531, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-3580
 
Response Due
2/7/2007
 
Archive Date
2/22/2007
 
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. The Solicitation Number for this announcement is N69450-07-R-3580. ROICC Gulf Coast, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) firms, Service Disabled Veteran Owned Small Business, and HubZone small business firms, to participate in a single phase solicitation at Naval Construction Battalion Center, Gulfport MS. This project will repair, refurbish, and modify an existing 2743 square foot, 2-bay, sandblasting facility, building 399. The facility is used to sandblast vehicles and construction equipment (bulldozers, motor graders, cranes, backhoes, etc.) used by the SEABEES prior to re-painting. Major work will include design and construction of some or all of the following (1) Repairs and upgrades to sandblast media recovery equipment and ventilation system to comply with current EPA, state of Mississippi, and OSHA regulations. (2) Lengthening the blasting bays 20 feet in order to accommodate the largest pieces of construction equipment which must be blasted. (3) Installation of improved lighting in the blasting bays. (4) Construction of an addition to the building to house locker room(s), dressout area(s), and a sandblasting media storage area. (5) Installation of monorail crane(s) to move smaller items in and out of the blasting bays. The 2002 NAICS Code for the proposed acquisition is 236210, Industrial Building Construction, and the small business size standard is $31 Million. The Federal Supply Code is Z111, Maintenance/ Repair/ Alterations of Facilities/ Office Buildings. Under FAR guidelines, the prime contractor must have the capability to perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. A decision will be made to negotiate a sole source procurement with an 8(a) contractor, issue this solicitation as a competitive Service Disabled Veteran Owned or HubZone Small Business contract, or to issue an unrestricted solicitation, inviting full and open competition. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The estimated cost of this acquisition is between $1,000,000 and $1,250,000. The Government invites contractors ONLY with the capabilities necessary to meet or exceed the stated requirements concerning construction/repair of Sandblasting Facilities to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects involving construction/repairs to Sandblasting Facilities within the last three years that are similar to the construction 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. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. 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 3 calendar years, for projects on Sandblasting Facilities of similar size, scope, and complexity to the project proposed above. Contractor should also have experience with construction of Compressed Air Systems as well. 2. If proposing to use a subcontractor, provide the same information as required for Item 1 for the proposed subcontractor. Subcontract must have same capabilities. 3. If proposing to use a subcontractor (Item 2) describe in detail how you propose to meet the FAR requirement that 25% of the cost of the contract, not including the cost of materials, be performed with your own employees. 4. This area has been designated as a Critical Housing Area with very limited lodging accommodations available due to Hurricane Katrina. If proposing to use a non-local labor force, describe your plan for housing. 5. Provide proof of SBA certification for either 8a or HubZone status. 6. Provide available Bonding Capabilities that would be available after April 2007. We are not looking for your Bonding Capactity but rather the amount you have available considering current workload. (Ex, Bonding Capactity $10M, current projects $7M, available bonding capability is $3M). 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 area 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, or HubZone small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Bennie Boren at bennie.boren@navy.mil or mailed to ROICC Gulf Coast, 5302 6th Street Bldg 62T, NCBC Gulfport MS 39501, Attn: Bennie Boren. Responses must be received by this office no later than February 7, 2007 by 3 pm, CST.
 
Place of Performance
Address: ROICC GULFPORT, NAVAL CONSTRUCTION BATTALION CENTER, 5302 6TH STREET BLDG 62T, GULFPORT MS
Zip Code: 39501-5001
Country: UNITED STATES
 
Record
SN01211261-W 20070114/070114190625 (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.