Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOURCES SOUGHT

Y -- Design/Bid/Build services for P-205, Full Scale Electric Drive Test Facility, PNBC Philadelphia, PA

Notice Date
12/3/2008
 
Notice Type
Sources Sought
 
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
N4008509R7005
 
Response Due
12/17/2008
 
Archive Date
12/31/2008
 
Point of Contact
Larry Scheible(757)444-0684lawrence.scheible@navy.mil
 
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 small business firms capable of performing Design/Bid/Build services for P-205, Full Scale Electric Drive Test Facility, PNBC Philadelphia, PA The contract will provide: The contract will provide complete construction of the Full Scale Electric Drive Test Facility. The project modifies the existing interior of Building #633 to include: construction of test facilities lay down area, concrete foundations, control house, HVAC, lube oil system, cooling water system, high voltage switchgear, ancillary facilities, auxiliary and supporting electrical facilities, fuel and cooling water piping and other electrical and mechanical supporting services to support Full Scale Electric Propulsion System testing. Demolish existing structures. Install electrical utilities including a 30 MVA transformer and two 13.2 KV, 60 MW substations, one adjacent to Buildings #77H and #87 and one adjacent to Building #633. Special construction features include an interconnecting underground 12-way electrical utility facility (duct bank and cabling). Power sources will be derived from gas turbine generators in the Building #77H complex. Also gas turbine generators, st! eam turbine generators and fuel cells in Building #633 and utility feeders will be utilized. Magnitude of this procurement is between $10,000,000.00 and $25,000,000.00 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 April 2009. The appropriate NAICS code for this procurement is 236220. 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 sub! mit 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. Pages in excess of 10 pages will not be reviewed. The documentation shall address 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 the following:1. Number of employees.2. Office location(s).3. Available bonding capacity per contract.4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT 17 DECEMBER 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 IPT9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214)Norfolk, Virginia 23511-3689Attn: Larry Scheible 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=5dd0a5548bfd8598a18bcd157568a72a&tab=core&_cview=1)
 
Record
SN01713082-W 20081205/081203220835-aff47b0e06f960624f0c7f57680433ff (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.