SOURCES SOUGHT
Y -- P1265E Electric Supply Improvements & P1265C Duncan/Gonzalez Road Extensions, MCB Camp Lejeune, North Carolina
- Notice Date
- 10/18/2010
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd Norfolk, VA 23508
- ZIP Code
- 23508
- Solicitation Number
- N4008511R4005
- Response Due
- 11/1/2010
- Archive Date
- 2/1/2010
- Point of Contact
- Victor Gargano
- E-Mail Address
-
2-8277
- Small Business Set-Aside
- N/A
- Description
- P1265E Electric Supply Improvements & P1265C Duncan/Gonzalez Road Extensions, MCB Camp Lejeune, North Carolina NAICS Code: 283210/237310 Contract # N40085-11-R-4005 Contract Type; Design Bid Build Target Award: $10 - $25 Million Target Award Date: September 2011 Response Due: November 1, 2010 Category: Y 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 Bid Build construction services for electric supply improvements and road extensions of Duncan/Gonzalez MCB Camp Lejeune, North Carolina area as follows: The project for the electric supply improvements will expand and upgrade the electrical systems where future growth will impact the existing electrical systems in the French Creek area. Expansion of the electrical system includes new overhead distribution lines from Substation 1 to Substation 2, installation and upgrade of overhead primary services, and construction of an electrical switch and substation. The project for the road extensions of Duncan/Gonzalez will expand and upgrade the road networks serving a portion of the French Creek area. Road improvements consist of the extension of Duncan Road and Gonzalez Road, construction of three bridges, and water, sanitary sewer, electrical, and telecommunications mains down the roadway corridor. The work will include clearing, grubbing, earthwork, fill and grading. Mitigation of wetlands and remediation of unexploded ordnance at impacted closed ranges may be required. The project will conform to anti-terrorism/force protection standards and follow LEED and Federal Energy Acts compliance criteria for design, development, and construction of the project. These projects will conform to anti-terrorism/force protection standards and follow LEED and Federal Energy Acts compliance criteria for design, development, and construction of the project. The target award range for this project is $10 “ 25 million. 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 Notice, 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 September 2011. The appropriate NAICS Codes is 283210/237310. 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. If an 8A company, please submit an 8A letter from the SBA stating that you have a bona fide office in North Carolina. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size (value), scope (electrical utility upgrade along with water and sewage upgrades) and complexity (design/build projects) within the last five years, as well as, experience obtaining environmental permits in North Carolina, 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 locations(s), available bonding capacity up to $25,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON MONDAY November 1, 2011, by 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Victor Gargano); 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 on November 1, 2011. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Victor Gargano either by email at victor.gargano@navy.mil or by phone (757) 322-8277.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R4005/listing.html)
- Record
- SN02312762-W 20101020/101018233955-c71578e583fd6875b014aebcb6d84273 (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 |