Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOURCES SOUGHT

Y -- RENOVATION AND NEW CONSTRUCTION AT THE NAVAL OPERATIONAL SUPPORT CENTER (NOSC)/MARINE CORPS RESERVE CENTER, BESSEMER, AL

Notice Date
6/14/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-1786
 
Response Due
6/28/2007
 
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 AT THIS TIME. The Solicitation Number for this announcement is N69450-07-R-1786. Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) HubZone and Service Disabled Veteran Owned Small Business firms-first priority and Unrestricted-second priority to participate in a best value full and open solicitation for Design/Build Contractor for design and construction of two projects involving renovation and new construction at the Naval Operational Support Center (NOSC)/Marine Corps Reserve Center, Bessemer, AL. The solicitation will consist of two separate projects under one contract. Buildings will remain occupied during construction, and work must be phased. The NAICS Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $31 Million. The Federal Supply Code is Y199, Construct Misc Bldgs. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work 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 issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, or HubZone Small Business contractors 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 contract will be for a term of one to two years. The estimated cost for this acquisition is between $5,500,000 and $5,600,000 for the term of the contract. 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 five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects 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: The first project is a Navy funded project, Restoration and Modernization of the NOSC main building. Work includes, refurbishment of the men?s and women?s restroom facilities, renovation of selected interior finishes, removal and replacement of asbestos VCT, repair/replacement of fire suppression and alarm systems, installation of an HVAC system in the gymnasium, replacement of all exterior doors, removal and replacement of 1st floor ceiling tile and grid, installation of a new master lock set, repainting of walls on 1st and 2nd floors, and pressure washing of building exterior. The second project line item number is a Marine Corps Reserve funded project to renovate Marine Spaces. The work includes; Renovate Restroom, Install HVAC and dehumidifier, Rifle Range, Replace selected interior finishes, Upgrade lighting, Rifle Range, Construct/install metal and mesh 4? x 7? storage bins, Replace hall lockers for field pack units, Install Best Lock compatible master lockset, Replace parking lot lights for energy conservation, Construct new 15,600 SF tactical vehicle parking lot, Replace metal skin and insulation for two buildings, Install Equipment Yard surveillance camera system, Construct new Gym Addition, Renovate interior of two metal buildings, Construct new Gun Cleaning Shed, Convert DC Trainer to Showers & Head, Repair Washrack, Replace Gates, Barbed Wire and Fence, Motorize gate entry, and Replace joint seal in Marines concrete parking 1. Provide examples of projects worked as a Design/Build prime contractor within the last three years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. Address ability to work multiple areas involving building renovation and new construction. 2. Provide project examples demonstrating experience with prevention of the spread of debris, dust and paint from construction areas to adjacent occupied, operational office spaces. Address phasing in projects where customers were moved during different segments of the project. 3. Include proof of bonding capacity in excess of $5 Million. 4. Provide proof of SBA certification for either 8a or HubZone status. 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. 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 Sandy Mulligan at Sandy.Mulligan@navy.mil or mailed to Naval Facilities Engineering Command, SE, Attn: Sandy Mulligan, Code IPT SC, P.O. Box 19000, and 2155 Eagle Drive, N. Charleston, SC 29419-9010. This office must receive responses no later than June 28, 2007 by 4 pm, EST. The Solicitation will be posted on or around August 6, 2007 at the e-solicitation website, http://esol.navfac.navy.mil .
 
Place of Performance
Address: 1001 4TH AVE. SW, BESSEMER, AL
Zip Code: 35023-4731
Country: UNITED STATES
 
Record
SN01319233-W 20070616/070614221622 (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.