Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOURCES SOUGHT

Y -- RECOVERY--Y--PROJECT NUMBER P1653, Hospital Replacement, Camp Pendleton, CA.

Notice Date
8/28/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247308C2220
 
Response Due
9/25/2009
 
Archive Date
10/30/2009
 
Point of Contact
Lisa Young, 619-532-1181
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement for market research in support of an American Recovery and Reinvestment Act of 2009 project. The information will be utilized for preliminary planning purposes for the Hospital Replacement at the US Marine Corp Base Camp Pendleton The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the analysis. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. Since this is a Sources Sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $33.5 million, average annual gross receipts for the preceding three fiscal years. Responses to this Sources Sought Synopsis will be used to make appropriate acquisition decisions. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on NECO and Federal Business Opportunities. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The general scope of this requirement is a Firm-Fixed Price Design / Build Construction Contract for the Design and Construction of a multi-story Naval Hospital, and a multi-level parking structure at the US Marine Corps Base Camp Pendleton, Oceanside, CA. Type of work may also include, but is not limited to: masonry, steel framing, parking lot construction, fire protection systems, elevator, grading, utilities, anti-terrorism force protection measures, and landscaping. The estimated total contract price range, per DFARS 236.204, is between $250,000,000 and $500,000,000. This procurement shall be in accordance with FAR 52.203-15 Whistleblower Protection Under the Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009), FAR 52.225-23 Required Use of American Iron, Steel, and Manufactured Goods - Buy American Act - Construction Materials Under Trade Agreements (Aug 2009) and 52.225-24 Notice of Required Use of American Iron, Steel, and Manufactured Goods - Buy American Act - Construction Materials Under Trade Agreements (Mar 2009). The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract for the design and construction of a Medical Facility including procurement and installation of furniture fixtures & equipment. Interested sources are invited to respond to this Sources Sought announcement by using the form provided under separate file titled Sources Sought Information Form. Submit a maximum of 5 projects describing the following: 1) Describe the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience in the design and construction of Medical Facilities similar in size, scope, and complexity as indicated in this announcement with project cost in the range between $250,000,000 and $500,000,000.2) For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; if design-build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm.3) Identify whether your firm has in-house engineering capability or uses an A-E firm to provide design(s) of Hospitals, Parking Structures and associated work listed in this announcement. Indicate whether you have an established working relationship with the design firm.4) Bonding capacity: Provide surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 5) Identify whether your firm is a SBA certified 8 (a), SBA certified HUBZone, Small Business, and/or Service Disabled Veteran Owned Small Business concern. If applicable, please identify your company's Small Business size status under North American Industry Classification System (NAICS) 236220, Small Business Size Standard - $33.5 million in annual receipts. For more information refer to http://www.sba.gov/. 6) Does your company typically compete for contracts as a Prime, Sub-Contractor, or Joint Venture? How do you intend to propose on this project, as a Prime Contractor or Joint Venture?7) All contractors receiving a federal contract award must be registered in Central Contractor Registration (CCR) at the following website: http://www.ccr.gov/, is your company registered in CCR? Please respond to this Sources Sought announcement by 2:00 p.m. PST Friday, September 25, 2009, to Department of the Navy, Naval Facilities Engineering Command Southwest, Attn: Lisa Young, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA. You may also email your response to lisa.m.young@navy.mil, please request a receipt response. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All solicitations for NAVFAC Southwest are available at www.neco.navy.mil beginning with "N62473".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247308C2220/listing.html)
 
Place of Performance
Address: MARINE CORP BASE CAMP PENDLETON, CAMP PENDLETON, CA
Zip Code: 92055
 
Record
SN01931371-W 20090830/090829002143-2dddac5dd661708b10498af7e734034d (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.