SOLICITATION NOTICE
Y -- Mess Hall at Hadnot Point and Enlisted Dining Facility at Camp Lejeune, North Carolina
- Notice Date
- 6/18/2008
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008508R1427
- Response Due
- 7/2/2008
- Archive Date
- 9/30/2008
- Point of Contact
- Sharon Taylor 757-322-8258Elloise M. Hitshew, 757-322-4088
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQAUEST FOR PROPOSALS. THERE WILL NO GE A SOLICITATION, SPECIFICTIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing design-build services for P1212, Mess Hall, Hadnot Point 400 Area and P882, Enlisted Dining Facility, Camp Lejeune, North Carolina which involves the following: Mess Hall, Hadnot Point 400 Area, (P1212) Construct a single story reinforced concrete masonry unit (CMU) with brick veneer Enlisted Dining Facility, with reinforced concrete foundation and floors and structural steel framing. Dining Facility shall also include a drive-up window for food distribution and an enclosed waiting/check-in area. Interior finishes to be carpeting/vinyl composition tile, ceramic tile, suspended acoustical/painted wallboard ceilings. Built-in equipment includes standing seam roof, fire pump, dock leveler, food isles and booths, walk-in freezers and a back-up generator. Special foundation features include a pile foundation. Electrical systems include fire alarms, exterior site and building lighting, and information systems. Mechanical systems include plumbing, fire protection systems, heating ventilation and air conditioning. Electrical utilities include site and building utility connections (water, sanitary and storm sewers, electrical, telephone, Local Area Network (LAN), and Cable Television (CATV)). Paving and site improvements include pavement striping, directional signage, concrete sidewalks, curbs and gutters, paved and lighted parking, widening of McHugh Boulevard, widening of "L" Street, earthwork, grading and landscaping. Project also includes Technical Operating Manuals, Geospatial Data Deliverables, Anti-Terrorism/Force Protection features and demolition of Buildings 403, 411, 433 and 445. Compliance with the Energy Policy Act of 2005 will be implemented into the design and construction of this project. This project will achieve LEED Silver rating. Consolidated Mess Hall, Hadnot Point Area, (P882) Construct a single story reinforced concrete masonry unit (CMU) with brick veneer Enlisted Dining Facility, with reinforced concrete foundation and floors and structural steel framing. Dining Facility shall also include a drive-up window for food distribution and an enclosed waiting/check-in area. Built-in equipment includes standing seam roof, fire pump, dock leveler, food isles and booths, walk-in freezers and a back-up generator. Special foundation features include a pile foundation. Electrical systems include fire alarms, exterior site and building lighting, and information systems. Mechanical systems include plumbing, fire protection systems, heating ventilation and air conditioning. Electrical utilities include site and building utility connections (water, sanitary and storm sewers, electrical, telephone, Local Area Network (LAN), and Cable Television (CATV)). Paving and site improvements include pavement striping, directional signage, concrete sidewalks, curbs and gutters, paved and lighted parking, McHugh Boulevard improvements, widening of "D" Street, earthwork, grading and landscaping. Project also includes Technical Operating Manuals, Geospatial Data Deliverables, Anti-Terrorism/Force Protection features and demolition of Buildings 9, 211, and 232. Sustainable design principles and energy conservation will be integrated into the design, development and construction of this project in accordance with the Energy Policy Act of 2005 and other directives. This project will achieve LEED Silver rating. The estimated target award amount is $41,550,000 All small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments best interest. This office anticipates award of a contract for these services no later than March 2009. The appropriate NAICS Code is 236220. THIS SYNOPSIS IS NOT A REQUEST AFOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business 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 small businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-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 value, 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 locations(s), available bonding capacity in excess of $42,000,000 per contract, DUNS Number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 2 JULY 2008 @ 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Sharon Taylor), 6506 Hampton Blvd., Building C, Norfolk, Va. 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 2 July 2008. Electronic submission of the statement of capabilities packages will not be accepted. Questions or comments regarding this notice may be addressed to Sharon Taylor either by email at sharon.taylor@navy.mil or by phone (757) 322-8258.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=528799cb90c80c0354040c9585fd7b4b&tab=core&_cview=1)
- Record
- SN01596513-W 20080620/080618220910-528799cb90c80c0354040c9585fd7b4b (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 |