Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOURCES SOUGHT

Y -- P1317 Bachelor Enlisted Quarters, French Creek, Marine Corps Base Camp Lejeune, North Carolina

Notice Date
4/28/2010
 
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, 6506 Hampton Boulevard Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510R5322
 
Response Due
5/17/2010
 
Archive Date
1/31/2011
 
Point of Contact
Keith Logan 757-322-4080
 
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 small business firms capable of performing Design-Build construction services for Bachelor Enlisted Quarters (BEQ) at Marine Corps Base, Camp Lejeune, North Carolina. P1317 will consist of the construction of two multi-story 100 room Bachelor Enlisted Quarters (BEQ) with interior and exterior concrete masonry unit walls on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roof. Built-in equipment for each BEQ building includes: Americans with Disabilities Act compliant passenger/freight elevator, fire pump with generator backup, spectrally selective window glazing, and Energy Management Control System. Electrical systems include: power, lighting, and fire alarm. Mechanical systems include: plumbing, fire protection, and heating, ventilation, and air conditioning. Information systems include telephone, data, local area network (LAN), voice and data communication, and mass notification. This project will require multiple NMCI seats in each BEQ building.Supporting facilities include: site lighting, paved parking and roadways, sidewalks, miscellaneous concrete pads, staging and drying area for field equipment, stormwater management system, clearing and grubbing, earthwork, access roads, lighted basketball and volleyball courts, picnic shelter and barbecue pit, landscaping, and building and roadway signage. Site utility distribution systems include: electrical power, domestic water, fire protection water, sanitary sewer, stormwater management, steam, fire alarm, telephone communication, fiber optics, and cable television. This project will provide Anti-Terrorism (AT) features and comply with AT regulations, physical security and progressive collapse mitigation. Sustainable design principles will be included in the design and construction of the project. Facilities to meet LEED Silver rating and comply with EPAC 2005. Low Impact Development will be included in the design and construction of this project in accordance with ASN I&E dated Nov 2007. This project includes Technical Operating Manuals, Environmental Mitigation, and Geospatial Data Survey and Mapping. Intended Grade Mix: 210 E1-E3, 95 E4-E5.Total: 305 Persons. The target award for this project is $38,100,000. All service-disabled veteran-owned small businesses, certified HUBZone, 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 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 no later than late December 2010. 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 contracting 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 size (value), scope and complexity within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; (2) Company Profile to include number of employees, office location(s), available bonding capacity up to $38,100,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 17 MAY 2010, BY 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent BY MAIL to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Keith Logan); 6506 Hampton Blvd., Bldg. C, Room 1020, Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice should be addressed to Keith Logan by email at keith.o.logan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R5322/listing.html)
 
Record
SN02135187-W 20100430/100428235610-bfde0a8ebf975d92293185fd6fbeca72 (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.