SOURCES SOUGHT
Y -- P211V BRAC Renovate Building V53 for SPAWAR, Norfolk Naval StationNorfolk, Virginia.
- Notice Date
- 2/18/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008509R5050
- Response Due
- 3/4/2009
- Archive Date
- 3/19/2009
- Point of Contact
- Crystal R. Hux (757) 445-7423 crystal.r.hux@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. This BRAC project is in support of the Space and Naval Warfare System Center Charleston (SPAWAR) mission. Maritime C4ISR RDT&E functions are being realigned from Detachments at both Yorktown and Little Creek (Building 1558) to Building V53 at Naval Station Norfolk. Project renovates and reconfigures the third floor and a portion of the second floor of Building V53 into administrative, laboratory, communication equipment maintenance and storage spaces. Administrative spaces include public and private offices, multiple conference rooms, integrated battleforce training center/human systems integration classroom. Laboratory spaces include multi-configurable labs: navigation Inertial Measurement Unit (IMU); Network/IT software; Web/CD Rom; Server; FORCEnet Composeable Environment; Interior Communications; and Gold Disk. Project temporarily displaces existing third floor tenant FORCENET to the second floor. Project must consider existing in-place tenant NCTAMSLANT on the second floor. Project must modify and/or replace existing building systems, such as electrical, communications, HVAC, and fire suppression. The Third floor of Building V53 must be expeditiously completed, in order to house personnel moving from Little Creek Building 1558. A follow-on BRAC project (not in this contract) at Building 1558 must be completely closed out by September 15, 2011, per BRAC law. The target award range for this 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. Large Business submittals will not be considered. 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 by May 27, 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 re! quested 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. PAGES IN EXCESS OF 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.(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 MARCH 4, 2009 @ 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, HR IPT9742 Maryland Avenue (Building Z-140, Room 117)Norfolk, Virginia 23511-3689Attn: Crystal Hux Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Crystal Hux via email at crystal.r.hux@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eba12851bc703fa9592ea69954b6d866&tab=core&_cview=1)
- Record
- SN01752264-W 20090220/090218215704-c3b0872e83efc0a10e65474bbf1b68c8 (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 |