Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOURCES SOUGHT

C -- 2ND MAW/STATION COMMAND OPERATIONS FACILITYMCAS CHERRY POINT, NC

Notice Date
1/20/2009
 
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
N4008509R3218
 
Response Due
2/5/2009
 
Archive Date
3/31/2009
 
Point of Contact
Sharon Taylor, Contract SpecialistPh: 757-322-8258E-mail: sharon.taylor@navy.mil<br />
 
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 constructing a multi-story reinforced Concrete Masonry Unit (CMU) building with pile foundations, reinforced concrete slabs and floors, structural steel framing, steel truss and standing seam metal roof. Project will provide facilities for the MCAS Cherry Point Headquarters and staff and the 2nd Marine Air Wing Headquarters (MAW) and staff. Construction will include an Emergency Operations Center (EOC) for the station and a Wing Operational Center (WOC) for the MAW. Special construction features include a Sensitive Compartmented Information Facility (SCIF) and four vaults. Sustainable design principles will be included into the construction of the project in accordance with Executive Order 13123 and other laws a! nd executive orders. Built-in equipment will include an elevator, fire booster pumps and raised computer flooring in the operational center areas. The electrical system includes fire alarms, energy saving electronic monitoring and control system, and information systems. Mechanical systems includes plumbing, fire protection systems, heating ventilation and air conditioning. Supporting facilities work includes site and building utility connections (water, natural gas, sanitary and storm sewers, electrical, telephone, Local Area Network (LAN), and cable television). Paving and site improvements include exterior site and building lighting, some paved parking (will utilize existing parking lots surrounding site), sidewalks, storm water management, earthwork, grading, and landscaping. Demolition of three existing inadequate buildings (80, 299 and part of 400) will be included in this project. Demolition of Bldg. 198, the old headquarters building, destroyed by fire, will be incl! ude in another project which is within the new construction site. Additionally Technical Operating Manuals, Anti-Terrorism/Force protection features and necessary environmental mitigation will be included. The target award range for this project is over $10,000,000. All service-disabled veteran owned small businesses, certified HUB-ZONE 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 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 on approximately March 30, 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 contra! cting 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 a current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include the number of employees, office location(s), available bonding capacity in excess of $25,000,000 per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON TUESDAY, 5 FEB 2009, BY 2:00PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by ma! il to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (Attn: Debbie Coons) 6506 Hampton Blvd., Bldg. C Room 1034 Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM EASTERN STANDARD TIME on 5 FEB 2009. Electronic submission of the statement of capabilities packages will not be accepted. Questions or comments regarding this notice may be addressed by phone to Sharon Taylor at (757)322-8258, e-mail:sharon.taylor@navy.mil or Debbie Coons either by e-mail at deborah.coons@navy.mil or by phone at (757) 322-4143.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06924ce8d15d5e53e6b4cc7484e8a3ee&tab=core&_cview=1)
 
Record
SN01734888-W 20090122/090121063106-06924ce8d15d5e53e6b4cc7484e8a3ee (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.