Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

C -- SOURCES SOUGHT SYNOPSIS FOR P1262

Notice Date
6/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd., Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R1426
 
Response Due
7/1/2008
 
Archive Date
7/16/2008
 
Point of Contact
SHARON A. TAYLOR, 757-322-8258ELLOISE M. HITSHEW, 757-322-8258
 
Small Business Set-Aside
N/A
 
Description
DELETE THE SYNOPSIS ISSUED 6/16/08 FOR p1262 AND SUBSTITUTE THE FOLLOWING SOURCES SOUGHT SYNOPSIS: "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 Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing design-bid-build services for Design and Engineering Services for FY 10 MCON Project 1262, New Base Entry Point, Marine Corps Base Camp Lejeune, NC, which involves providing a new base access point from the HWY 24 bypass. A new security gate will be provided at this access point. A new divided highway (approx 7.5 miles) will be constructed to the interior of the Base. New Bridges and culverts will be provided along the new highway route. The project also includes 1)relocation of telecom, water, sewer, electric and natural gas utility lines at tie-ins to developed areas; 2) bridging over wetlands, creeks, rivers and existing highways; 3) signalized and unsignalized intersections at tie-ins to existing highways; 4)street lighting; 5)clearing, grubbing, earthwork, fill, and grading; 6)environmental mitigation of wetlands; 7)traffic markings and signage; 8) improvements to the geometry at various intersections Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, DD Form 1354 documentation, plans, specifications, cost estimates, related studies, surveying, soil borings, preparation of and obtaining required State and Federal permits, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), sustainable engineering design practices, and construction inspection and engineering consultation services during construction. UKpon review of industry responses to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services no later than October 2008. The appropriate NAICS Code is 541310. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of an award. 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 document shall address, as a minimum, the following: 1. Specialized Experience: (a) Past experience with regard to the design of the type work listed above. (b) Past experience with obtaining related State and Federal environmental, and other related (e.g. NC DOT) permits. (c) Firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, construction inspection services, and OMSI). 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Active professional registration. (b) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 3. Sustainable Design. 4. Firm location. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Responses are due no later than 1 July 2008 @ 2:00 PM. Responses should be sent to the following address: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Sharon Taylor, 6506 Hampton Blvd., Norfolk, Virginia 23508-1278. Express Mail Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Sharon Taylor, 6506 Hampton Blvd., Building C, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title. _
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63145862d94d4c5549616e81b23abeed&tab=core&_cview=1)
 
Record
SN01595233-W 20080619/080617222249-63145862d94d4c5549616e81b23abeed (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.