Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOURCES SOUGHT

Z -- REPLACEMENT, HELMICK AVENUE, MONROVIA AND ELEMENTARY STREET AND P-101 ROAD IMPROVEMENTS CAMP ALLEN AT NAVAL SUPPORT ACTIVITY (NSA) NORFOLK, VIRGINIA

Notice Date
5/13/2010
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PWD SEWELLS POINT FACILITIES ENGINEERING & ACQUISITION DIVISION DoN, Naval Facilities Engineering Command, Mid-Atlantic ROICC Sewells Point, 9324 Virginia Av. Bldg Z140 Room Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510R5044
 
Response Due
5/27/2010
 
Archive Date
6/11/2010
 
Point of Contact
PRIMARY: JOYCELYN SHARP-CLARK @757-341-0556, SECONDARY: PAM HAMLIN @757-341-0559
 
E-Mail Address
joycelyn.sharpclark@navy.mil
(joycelyn.sharpclark@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REPLACEMENT, HELMICK AVENUE, MONROVIA AND ELEMENTARY STREET AND P-101 ROAD IMPROVEMENTS, CAMP ALLEN, AT NAVAL SUPPORT ACTIVITY (NSA)NAVAL STATION, NORFOLK, VIRGINIA THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic is seeking Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. The project will be for replacement, Helmick Avenue, Monrovia and elementary Street and P-101 Road Improvements, Camp Allen at Naval Support Activity (NSA), Naval Station, Norfolk, Virginia This project includes full depth pavement removal and replacement with adequate bituminous pavement section for full length of roadway, widening of Ingersol Street to minimum 24 foot roadway width, installation of concrete curb and removal and replacement of concrete sidewalk along Ingersol Street, pavement striping, grading and seeding, storm water management infrastructure including infiltration ditches, and incidental related work. Sidewalk/multipurpose trail will be installed from NH-35 Ingersol Street along Elementary Drive to the Elementary School in front of Camp Allen at Monrovia Street and through to Diven Arch. All existing sidewalk will be replaced. There will be the addition of a new right hand turn lane and an acceleration lane on Monrovia Street. The curve on Helmick Street that is after the parking lot outside of Gate 10 will be reconstructed. Project will eliminate the parking and pedestrian conflict in front of elementary school with pavement work. Additional parking will be provided for the elementary school. Project will satisfy a need for pedestrian facility directly in front of the PPV facility. Other construction will consist of the following: solar panel street lights, school warning lights, adjust manhole heights, replace existing guard rail with new fixed object attachments and new guard rail with crash cushions, paving with compacted base courses and AC surface courses, pavement striping, diamond grade reflective signing, and demolition to include pavement removal, pavement disposal, earthwork, seeding, fertilization, and other related work..The target award range for this project is $5,000,000 to $10,000,000. All Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether a Small Business, 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in July 2010. The appropriate NAICS Code is 237310 with a size standard of 31 million dollars. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: (1)Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2)Company profile, to include number of employees, annual receipts, office location(s), available bonding capacity in excess of $16,000,000 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, 8(a), HUBZone, Service Disabled Veteran Owned, or Woman Owned, and Veteran Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities (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 PAGES LIMIT WILL NOT BE CONSIDERED. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, (Attn: Joycelyn Sharp-Clark, 9324 Virginia Avenue, Room 309, Bldg Z-140, Naval Station, Norfolk, VA 23511-3689). Responses must be received no later than 2:00 pm Eastern Standard Time on Thursday, 27 May 2010. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Joycelyn Sharp-Clark at the above address, via email at joycelyn.sharpclark@navy.mil, or via phone at 757-341-0556.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470SP/N4008510R5044/listing.html)
 
Place of Performance
Address: FACILITIES ENGINEERING ACQUISITION DIVISION, 9324 VIRGINA, RM 309, BLDG Z-140, NAVAL STATION, NORFOLK, VIRGINIA, NORFOLK, VA
Zip Code: 23511
 
Record
SN02148514-W 20100515/100513234926-198800d3bf50fc1ddb89b9f4f83b9d82 (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.