MODIFICATION
Y -- NAVY OPERATIONAL SUPPORT CENTER (NOSC) CONSOLIDATION, BATTLE CREEK, MICHIGAN
- Notice Date
- 2/22/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008310R0023
- Response Due
- 3/12/2010
- Archive Date
- 3/27/2010
- Point of Contact
- Terryll Zade 847-688-2600 ext 417 Terryll Zade, Contract Specialist; 847-688-2600 ext 417
- E-Mail Address
-
Contract Specialist e-mail
(terryll.zade@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE (Y-Code--D/B Construction)NAVY OPERATIONAL SUPPORT CENTER (NOSC) CONSOLIDATIONBATTLE CREEK, MICHIGAN The intent of this sources sought notice is to identify potential Small Business, 8(a), HUBZone or Service Disabled Veteran Owned Small Business firms capable of preparing the design and construction of a Navy Operational Support Center (NOSC) Consolidation at Battle Creek, Michigan. Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois is seeking either individual firms or Joint Venture firms nationwide capable of performing a design-build construction of a NOSC at Battle Creek, Michigan. The estimated cost of this potential project is $7,000,000.00 to $9,000,000.00. The NAICS Code is 236220 with the annual size standard of $33.5 Million. The proposed procurement is being considered as a set-aside under small business, section 8(a), HUBZone or Services Veteran Owned Small Business Program. Firms are requested to submit their Statement of Capability (SOC) which will be the basis for the Government's decision to establish this requirement as an 8(a), HUBZone or Service Disabled Veteran Owned Small Business set-aside acquisition. Interested 8(a) or HUBZone Service Disabled Veteran Owned Small Business must submit their SOC capabilities. The SOC must describe in detail the firm's capability to provide the design and construction of a Navy Operational Support Center (NOSC) Consolidation at Battle Creek, Michigan within the estimated dollar range ($7,000,000 to $9,000,000). The SOC may be submitted electronically to terryll.zade@navy.mil or by hard copy to Terryll Zade, NAVFAC Midwest, 201 Decatur Avenue, Bldg. 1A, Great Lakes, IL 60088-2801. If submitting by hard, original and 4 copies are required. PROJECT DESCRIPTION: This project will construct a Navy Operational Support Center (NOSC) training facility approximately 29,206 sq ft at Fort Custer at Battle Creek, Michigan. The exterior style and design of the facility shall match the existing office/classroom structures on Fort Custer at Battle Creek, Michigan. The brick, concrete and steel building will be of permanent construction, with bricks, concrete and structural steel, masonry exterior walls, pitched roof, concrete floors, steel stud framing, and the interior walls matching existing FT Custer office/classroom design criteria. The project total area includes space for assembly hall (two story), classrooms, medical exam rooms, conference room, storage, NMCI/LAN, unit conference counseling, crew's lounge, administrative areas, recruiting, toilets/showers, janitor and mechanical equipment space. Support facilities include fire alarm systems, a fire sprinkler protection system, wired for information systems to include the Navy's NMCY system, heating and air conditioning, covered entrance & covered connecting walkway to AFRC, exterior security lighting and pavement parking. The new NOSC building will be wired for voice and data communications, and SIPRNET. Anti-terrorism/force protection with the current Federal and DoD standards. The facility will incorporate LEED Silver Certifications with electrical energy usage efficiency and improved building insulation and ventilation for the heating, ventilation and air conditioning system. Sustainable design will be included in the design, development and construction of the facility in accordance with the Energy Policy Act 2005, Executive Order 13423; implements Federal Leadership in High Performance and Sustainable Buildings (MOU), Energy Independence and Security Act 2007, NAVFAC Engineering & Construction Bulletin 2008-01 and local directives. The project will be designed and constructed to receive a minimum LEED Silver-level rating certified by USGBC. SUBMITTAL REQUIREMENTS: (1) Full name and address of the firm; (2) Year firm was established; (3) Names of two principals to contact (including title, telephone and fax numbers); (4) Provide proof of 8(a) or HUBZone or Service Disabled Veteran Owned Small Business Certification. (5) Registered in the Department of Defense Central Contractor Registration (CCR) database (6) Licensed/Bonded and fully capable to perform construction work under the NAICS Code 236220. (7) Positive statement of eligibility as either a individual firm or Joint Venture under NAICS Code 236220, with an average annual gross revenue of not more than $33.5 million for the last three complete fiscal years; (8) Certifications/ Resumes and past performance documentation of a minimum of three previous projects between $7,000,000.00 to $9,000,000.00 million and completed within the last five years. Projects must be similar in size, scope and complexity to this project. Include prior experience of key company personnel both in prime/joint venture relationships and all planned major subcontractors, experience in mobilizing and managing a large workforce. (9) Must provide verifiable proof of your bonding capability up to a $9,000,000.00 million for a single contract. (10) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm, customers known to the government, and any of your sources that may have useful and relevant information. Include information for similar contracts currently in progress or completed with in the last five years. The following information Government or Commercial shall be provided for each of your references. (a) Contract Number and Project Title; (b) Name of contracting activity; (c) Administrative contract officer's name, current telephone number; (d) Contracting officer's technical representative or primary point of contact name and current telephone number; (e) Period of performance (start and completion dates); (f) Basic contract award and final contract value; (g) Summary of contract work. (11) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. Interested parties to mail/submit their responses to the NAVFAC Midwest, Attention: Terryll Zade, Contract Specialist, NAVFAC Midwest, 201 Decatur Avenue, Great Lakes, Illinois 60088-5600 or via email to terryll.zade@navy.mil. Receipt of potential offeror's sources sought package shall be received no later than Monday, March 12, 2010 at 2:00 p.m. Central Standard Time. This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice. Estimated award date for this potential contract is September 2010
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008310R0023/listing.html)
- Record
- SN02071024-W 20100224/100222235707-55a8b3bacd355875db45dafd93deb9ad (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 |