Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOURCES SOUGHT

Y -- Design/Bid/Build services for P-269, Consolidated Emergency Control Center, Portsmouth Naval Shipyard, Kittery, Maine.

Notice Date
12/11/2008
 
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
N4008509R7008
 
Response Due
12/23/2008
 
Archive Date
1/23/2009
 
Point of Contact
Larry Scheible757-444-0684lawrence.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-269, Consolidated Emergency Control Center, Portsmouth Naval Shipyard, Kittery, Maine. The contract will provide: Design/Bid/Build, construction of a 3 level, steel framed reinforced concrete facility with the ground level located below grade to directly support radiological emergency response as required. This 2,355 SM (25,358 sf) facility will house the Portsmouth Naval Shipyard (PNSY) radiological emergency response organization and will serve as its command and control center during an emergency. This facility, as constructed, will also support PNSY response to other natural disasters (e.g. destructive weather) or manmade emergencies (e.g. terrorist attack) involving chemical, biological, and radiological contaminants. Construction shall meet the EPM requirements, the Unified Facilities Criteria (UFC) 4-010-01 and 4-010-10 AT/FP building standards and constructed to seismic zone 2A requirements.This project will demolish BLDG 150, 1,288 SM (13,114 sf) and the one story section of BLDG 156, 390 SM (4,200 sf). New construction is 146% the area to be demolished. (25,358 sf New/17,314 sf Demo = 146%) The magnitude of this construction project is between $5,000,000 and $10,000,000. 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 15 July 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 subm! it 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 exceeding the 10 page limit will not be considered. 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. Submit up to 5 projects. Anything over the first 5 projects will not be considered.(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 23 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=6345f3c9612b80c864130566e1682e43&tab=core&_cview=1)
 
Record
SN01717472-W 20081213/081211220024-ae9668d258efc264d15b71f12734f581 (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.