SOURCES SOUGHT
Y -- Washrack Expansion at Blount Island Command, Jacksonville, FL
- Notice Date
- 10/27/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building 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
- N69450S626770
- Response Due
- 11/8/2010
- Archive Date
- 11/23/2010
- Point of Contact
- Anita Ludovici, Contract Specialist
- E-Mail Address
-
anita.ludovici@navy.mil
(anita.ludovici@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is a sources sought announcement, a market survey 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 businesses. The work includes, but is not limited to, a design-bid-build washrack expansion at Blount Island Command, Jacksonville, Florida as follows: (WON 626770): Construct a 48,029 SF 10-bay washrack and demolish Building 358 (11,496 SF) after completion of the new facility. The scope of this project is to replace the existing 30 year old maintenance intensive washrack and additional washrack bays to add capability to accommodate lighterage and reset operations. This project will require phased construction to allow existing washrack functions to continue until the new facility is operational. Utility relocations are required to include power, potable water, sanitary sewer, storm water, and propane gas to maintain existing operations as well as serving the new facility. The project will then demolish Building 358, 1,068 m2 (11,496 SF). Including concrete foundations, slabs, sediment basins (pits) and regrade the site. Compliance with the Energy Policy Act of 2005 will be integrated into the design, development and construction of the project. Construction includes a metal washrack enclosure with standing seam metal roof, concrete catch basins, oil, water and sediment container, closed-loop recycle system, pressure wash system and concrete pavement. A conditioned space and restroom will be provided for one permanent occupant. The North American Industry Classification System (NAICS) Code for this procurement is 236220 and the annual size stand is $33.5M. Estimated cost: $5,000,000 to $10,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. No evaluation letters and/or results will be issued to those responding. No reimbursement will be made for any costs associated with submission in response to this announcement or for any follow-up information requests. Interested parties should respond by providing the following information. 1) Relevant Experience of the Construction/Prime Contractor: Submit a maximum of (5) projects for the Construction/Prime Contractor describing the following: Describe projects completed in the last (3) years that are similar in size, scope and complexity. Information should be submitted on projects in the range of $5,000,000 to $10,000,000 that best demonstrate construction and design-build experience for commercial and institutional building type projects. For each of the completed contracts/projects submitted, provide the 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 on 1) above working together as a construction team. 3) Bonding capacity of Prime Construction Contractor: Provide surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify whether the Prime Construction Contractor ™s firm is a SDB 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: phased construction of metal washrack enclosure with standing seam metal roof, concrete catch basins, oil, water and sediment containment, closed-loop recycle system, pressure wash system, and concrete pavement between $5,000,000 and $10,000,000. 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. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants. Interested parties should respond no later than 2:00 pm ET on November 6, 2010. Responses can be submitted via email if the contents are within 3 megabytes in size or can be mailed to NAVFAC SOUTHEAST, IPT SOUTH ATLANTIC, ATTN: Anita Ludovici, Building 135N, Post Office Box 30 NAS Jacksonville, Jacksonville, FL 32212.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N69450S626770/listing.html)
- Place of Performance
- Address: Blount Island Command, Jacksonville, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN02317630-W 20101029/101027234105-f3563e969744145a408f19ec2b9ebad5 (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 |