Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2008 FBO #2523
SOURCES SOUGHT

Y -- SOURCES SOUGHT ICO P-251, Advanced Arresting Gear Test Site, NAES Lakehurst, Lakehurst, New Jersey.

Notice Date
10/21/2008
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial 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
N4008509R7004
 
Response Due
11/4/2008
 
Archive Date
12/5/2008
 
Point of Contact
Larry Scheible, 757-444-0684Rosalyn Caple, 757-444-0665
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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 P-251, Advanced Arresting Gear Test Site, NAES Lakehurst, Lakehurst, New Jersey. The contract will provide: 1. Renovation of the Runway Arrested Landing Site (RALS) facility. The RALS is a 16,000 SF facility located approximately 17 ft below grade and directly beneath a test runway. The RALS facility currently houses two types of arresting gear. Personnel access the space via a hatch and a ships ladder. Access for removal and replacement of material/equipment requires disassembly of multiple structural steel plate panels. A new generation of aircraft arresting gear will be installed in the RALS under a separate contract. This contract will remove obsolete equipment and prepare the RALS to support the new equipment. An equipment pad will be constructed approx 800 ft from the RALS. A 70 ton air cooled chiller and associated pumps will provide chilled water through underground piping to a buffer tank and heat exchanger in the RALS. A new 34.5KV circuit will provide power via 4000 lf of duct bank and manholes. The new circuit will feed a new 750KVA transformer in the RALS via a n! ew SF6 three way switch located on the equipment pad. A new exit way will be constructed in one of the eight tunnels that project from the RALS. Various modifications are required to accommodate the new equipment such as mounting plates for future equipment and new retractable sheaves for the arresting cable. 2. Demolition and new construction at the Jet Car Test Site (JCTS) on Track 3 includes test track repairs and construction of three pre-engineered buildings to accommodate arresting gear motors and computer gear. A new generation of aircraft arresting gear will be installed above ground under a separate contract. Two buildings will be demolished. The new buildings are 2000 to 2500 SF. A sweep for possible UXO (Unexploded Ordnance) is required prior to any underground work. The existing test rails required new fasteners to secure the existing brake plate (800 LF) and new anchor bolts. The bituminous pavement in the overrun area requires milling and repaving. 3. A new High Speed Aircraft Turnaround will connect the existing 75 FT wide taxiway to the 150 FT wide test runway. The turnaround is approximately 2000 ft from the RALS. The turnaround pavement will be 10 inches thick non-reinforced Portland cement concrete over two 42 inch reinforced concrete pipes. Infiltration ponds and associated work is required. The magnitude of this construction project is between $10,000,000 and $25,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified 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 Government's best interest. This office anticipates award of a contract for these services prior to 30 September 2009. The appropriate NAICS code for this procurement is 236210. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis 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 ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses! submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The 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 (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include number of employees, office location(s), available bonding capacity per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. If status is a HUBZone, a statement that your firm presently qualifies in all respects as a HUBZone. RESPONSES ARE DUE NLT 04 NOVEMBER 2008, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT; (Attn: Larry Scheible); Building Z-144, 2nd Floor, Room 214, Virginia Avenue; Norfolk, Virginia 23511-3689. Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Larry Scheible either by email at Lawrence.scheible@navy.mil or phone 757-444-0684.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b89c1355d6eedb4f8d26e741b47e74e6&tab=core&_cview=1)
 
Record
SN01694616-W 20081023/081021221318-f998abb81088e239cdef8ca001c2a125 (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.