Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
MODIFICATION

Y -- P3508, Renovate Building 350 Training

Notice Date
10/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5068
 
Response Due
10/28/2009
 
Archive Date
11/12/2009
 
Point of Contact
Kirsten I. Johnson (757) 444-7170
 
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 P3508, Renovate Building 350 Training, NSWDG, Dam Neck, Virginia. The contract's scope includes a major renovation to the interior of two separate areas in a indoor firing range, in building 350, at NAS Dam Neck, Virginia Beach, Va. This project is to be accomplished in two phases as described on drawing A-001. While the contractor is renovating Area B (located on both the first and second floors) Area A will remain a active, frequently utilized live firing area. It will be the contractor's responsibility to insure that they safely accomplish all work in one area so that it is completed and ready for beneficial occupancy. The contractor will not be permitted to have access in the other area until the first area is complete and ready for operation. The contractor will be permitted to do the roofing work in the first phase. The contractor will be required to develop a phased fire alarm installation plan to provide the facility with as much protection as practicable. The contractor is responsible for insuring all personnel are provided daily safety briefings highlighting areas of concern. This is a multi-story indoor firing range operation consisting of a total area of approximately 25,000 SF on the first floor (including small basement area) and 14,000 SF on the second floor (including roof level stair/elevator vestibule area). The scope of renovations is limited to 572SF at basement level, 6,756 SF at first floor, 7,780 SF at second floor and 340 SF at roof level stair/elevator vestibule area). Total renovated area is therefore approximately 15,448 SF. In general, the scope of work involves demolition and removal of existing small weapons fire training facilities in four primary training room/spaces and miscellaneous adjacent spaces to conclude stair wells, corridors, and elevator shaft. The major training rooms/spaces contain flexible simulated residential floor plan settings. Partitions are movable and consists of ballistic resistant steel panels. Typically, the walls, flooring, and ceilings of the training spaces are protected with layers of rubber curtains and or plants. Other systems are also being renovated to include HVAC, electrical, and fire protection. The existing HVAC system serving the renovated is bade on a supply system through the floor and the return at the ceiling. This system concept is being reversed with supply from the ceiling and return through the floor. This project also removes, replaces and upgrades the movable ballistic wall panel system, and associated lamella rubber system in the training areas. This effort includes the replacement of 250 panels, 3' wide x 8' high in both Areas. Panels include a ballistic resistant steel frame and ballistic resistant interior steel panel, and are covered with a layer of 1/4: self-healing fire retardant rubber linear material. Scope also includes a new overhead track system for panels. Replacement of the lamella bullet trap protection is also included in the basic scope of this project. The project also provides for the complete phased replacement of the fire alarm system and panel. The estimated construction cost for this 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 by to 11 March 2010. 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 submit to the contracting officer one (1) copy of 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. The documentation shall address, at 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 October 28, 2009 AT 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: Kirsten I. Johnson Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Kirsten I Johnson via email at kirsten.johnson@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5068/listing.html)
 
Record
SN01986423-W 20091017/091015235620-d4f2bc6c416b61f284a12b5cfcfedbb2 (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.