Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOURCES SOUGHT

Y -- P1096 DESIGN-BUILD TARAWA TERRACE CDC, MCB CAMP LEJEUNE, NORTH CAROLINA, NC

Notice Date
12/8/2008
 
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
N4008509R3213
 
Response Due
1/5/2009
 
Archive Date
3/5/2009
 
Point of Contact
Tonja Jenkins (757) 322-8282, Keith Logan (757) 322-4080
 
Small Business Set-Aside
N/A
 
Description
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-Build construction services for a Child Development Centers in the Camp Lejeune, North Carolina area. The Project will construct a single-story reinforced Concrete Masonry Unit (CMU) building on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs. Construction will include kitchen and laundry areas, classrooms, offices, toilets, storage spaces, and dedicated NMCI telecommunication rooms. The interior will be finished with a combination of vinyl/quarry tile, carpet painted concrete masonry unit walls, acoustical tile, gypsum board, and suspended ceilings. Sustainable design features ! will be included in the design, development, and construction of the facility in accordance with the Energy Policy Act 2005, Executive Order 13423, ASN (I&E) memorandum dated 4 August 2006, and CMC letter dated 8 May 2007. Built -in equipment includes miscellaneous equipment, a covered entrance portico, and a fire pump. Electrical systems include fire alarms, energy saving electronic monitoring and control system (EMCS), and information systems. Mechanical systems include plumbing, fire protection systems, and heating ventilation and air conditioning (HVAC). Supporting facilities work includes site and building utility connections (water, natural gas, sanitary and storm sewers, electrical, telephone), Local Area Network (LAN) cabling an outlet requirements, and closed circuit television cabling and outlet requirements, and closed circuit television cabling and outlet requirements. Paving and site improvements include exterior site and building lighting, paved parking a! nd roadways, sidewalks, storm water management, environmental protection measures, clearing and grubbing, earthwork, fill, grading, landscaping, and building and roadway signage. Also includes miscellaneous playground equipment and new recreation areas. The project provides for design for Anti-terrorism Force Protection (AT/FP) features and complies with AT/FP regulations and physical security in compliance with Military Handbook 1024/1, Unified Facilities Criteria (UFC) 4-010-01 DOD Minimum Anti-Terrorism Standards for Buildings. Also includes Technical Operating manuals and necessary environmental mitigation. Project includes demolition of existing temporary modular structures TT87, TT88, TT89, TT91, TT92, TT93, TT94, TT95 and TT97. The target award range for this project is between $10,000,000 and $15,000,000. All service-disabled veteran-owned small businesses, certified HUBZone, small businesses, and certified 8(a) 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 no later than July 2009. The appropriate NAICS Code is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR 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 size, scope and complexity 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 des! cription of how the contract referenced relates to the technical services described herein; (2) Company Profile to include number of employees, office location(s), available bonding capacity up to $15,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON MONDAY 5 JANUARY 2009, BY 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: Tonja Jenkins); 6506 Hampton Blvd., Bldg. C, Room 1036; Norfolk, VA 23508. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Tonja Jenkins by email at Tonja.Jenkins@navy.mil or Keith Logan by email at keith.o.logan@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fedb74078e8d76a601ee1a7a76b4bdb4&tab=core&_cview=1)
 
Record
SN01715202-W 20081210/081208220112-fedb74078e8d76a601ee1a7a76b4bdb4 (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.