Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2008 FBO #2357
SOURCES SOUGHT

Y -- CONSTRUCT CHILD DEVELOPMENT CENTER, UNITED STATES NAVAL ACADEMY COMPLEX, ANNAPOLIS, MD

Notice Date
5/8/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, ROICC Annapolis, N40080 NAVFAC WASHINGTON, ROICC ANNAPOLIS Haligan Hall 181, Wainright Road US Naval Academy Annapolis, MD
 
ZIP Code
00000
 
Solicitation Number
N4008008R0523
 
Response Due
5/27/2008
 
Point of Contact
Cindy Dukes 410-293-3165
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command, Public Works Department Annapolis, Maryland is seeking eligible 8(a), HubZone and Service Disabled Veteran-Owned Business firms capable of performing the following: It is the general intention of this contract to provide for design and construction services for the modular construction of a new Child Development Center. BACKGROUND: The Child Development Center provides adequate and efficiently configured facilities to accommodate service members and government employees child care needs. The mission of the United States Navy - Naval Support Activity Annapolis, Annapolis, MD is to provide sustained, efficient, and effective services, and support to Navy, Marine Corps, and other services and organizations; and to provide the best possible quality of life and workplace for the Naval District Washington and Naval Academy families. The Child Development Center in the North Severn housing community, Naval Support Activity Annapolis is accredited by NAEYC (National Association for the Education of Young Children). All active duty, retired, reservists, and DOD civilian employees can use the facility for child care. It offers developmental programs for children 6 weeks old to 5 years of age. The center provides hot and cold United States Department of Agriculture approved breakfasts and lunches, as well as afternoon snacks. DESCRIPTION OF WORK: Intent is to solicit to firms experienced with, and specializing in, modular construction as prime contractors. The contract is structured as a Design/Build procurement. Design includes complete architectural and engineering design services. Engineering services will include civil, structural, mechanical, electrical, and fire protection engineering. Scope of work for construction includes complete construction of approximately 21,600 square feet of new facility. Work includes site preparation, site utilities, paving, modular structure and partitions, finishes, plumbing systems, HVAC systems, fire protection systems, and electrical systems. The work will include outdoor play areas and a small commercial kitchen. Estimated Cost is between $4M - $5M. All identified small businesses are encouraged to respond. Upon review of industry responses to this Sources Sought Announcement, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments best interest. The appropriate NAICS Code is 236220, size standard $6M. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential 8(a), Hubzone and Service Disabled Veteran Owned small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (3) Bonding Capability. The package may be sent by mail to the following address: Naval Facilities Engineering Command, Public Works Department Annapolis, United States Naval Academy, 181 Wainwright Rd. Annapolis, Md. 21402-5013 (Attn: Cindy A. Dukes) or sent by e-mail to cdukes@usna.edu. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 27 May 2008. Questions or comments regarding this notice may be addressed to Cindy A. Dukes either by e-mail at cdukes@usna.edu or by phone (410) 293-3165.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=19cb0c1aca3028b62644c37d2a2569db&tab=core&_cview=1)
 
Record
SN01569081-W 20080510/080508215849-19cb0c1aca3028b62644c37d2a2569db (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.