SOURCES SOUGHT
Y -- Design-Bid-Build Pavement Project at Blount Island Command, Jacksonville Florida
- Notice Date
- 9/14/2010
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, IPT SOUTH ATLANTIC, Building 135N, P. O. Box 30 NAS Jacksonville, Jacksonville, FL 32212
- ZIP Code
- 32212
- Solicitation Number
- N694501162672
- Response Due
- 9/24/2010
- Archive Date
- 10/9/2010
- Point of Contact
- Dianne L. Haymans, Contract Specialist, 904.542.6246, email dianne.haymans@navy.mil
- E-Mail Address
-
dianne.haymans@navy.mil
(dianne.haymans@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is a Sources Sought Market Survey announcement for written information only. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for determining whether to set-aside the requirement for small business. The work includes, but is not limited to, a Design-Bid-Build pavement project on contiguous sites at Blount Island Command, Jacksonville, Florida as follows. P017 Hardstand Extension (WON 626727): Constructs an extension to the existing hardstand staging area know as the Intermodal. Also includes an electrical distribution, site lighting, a water distribution for fire hydrants, a stormwater collection and conveyance system, and other incidental related work. (25,160 CY of 14 concrete pavement). P012 Container Staging and Loading Lot (WON 626673): Constructs a new concrete pavement Container Staging and Loading lot. Also includes an electrical distribution, site lighting, a water distribution for fire hydrants, a storwmwater collection and conveyance system and other incidental related work. (5,224 CY of 14 concrete pavement). P024 Container Storage Lot (WON 626779): Work ncludes a new container storage lot constructed of graded aggregate pavement. Also includes an electrical distribution, site lighting, a water distribution for fire hydrants, a stormwater collection and conveyance system and other incidental related work. (518,121 SF of 9 aggregate (crush crete) surface pavement). The North American Industry Classification System (NAICS) Code for this procurement is 237310 and the annual size standard is $33.5M. Estimated cost: $10,000,000 to $25,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. No solicitation or information other than that contained in this notice is available. No evaluation letters and/or results will be issued to those responding. No reimbursement will be made for any costs associated with submissions in response to this announcement or for any follow-up information requests. Interested sources are invited to respond to this sources sought announcement by providing the following information. Submit a maximum of five (5) projects describing the following: 1) Past Experience: Describe projects completed in the last three (3) years that are similar in size, scope, and complexity. For each of the completed contracts/projects submitted, provide the following: a) title; b) location; c) whether prime or subcontractor work; d) contract and subcontract value; e) type of contract; f) contract completion date; g) customer point of contact including phone number; h) percentage of self-performed work and narrative of work your firm performed; and i) the performance rating of the work. 2) Provide experience of qualified team members on relevant projects described in 1) above working together as a design team, construction team, and as a design/construction team. 3) Bonding capacity: Provide surety s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify whether your firm is an SBA certified 8(a), HUBZone, Service Disabled Veteran-Owned Small Business concern, or Other Small Business. For responding to Items 1) and 2) above of this sources sought, similar and relevant projects include, but are not limited to: pavement projects on contiguous sites that includes electrical distribution, site lighting, a water distribution for fire hydrants, a stormwater collection and conveyance system and other incidental related work. Respondents will not be notified of the results of the evaluation. However, NAVFACSE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Responses from interest parties must be received by the contracting office no later than Friday, 24 September 2010 EST. Responses can be submitted via email if the contents are within three (3) megabytes in size or can be mailed to NAVFAC SOUTHEAST, IPT SOUTH ATLANTIC, ATTN: Dianne L. Haymans, Building 135N, P. O. Box 30 NAS Jacksonville, Jacksonville, FL 32212.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N694501162672/listing.html)
- Record
- SN02280543-W 20100916/100914235314-f028f6664b792b54aeb12f39971a02f4 (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 |