DOCUMENT
Y -- P-123 Design Build Bachelor Quarters Homeport Ashore, Norfolk Naval Station, Norfolk, Virginia - Attachment
- Notice Date
- 3/18/2011
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008511R0013
- Response Due
- 3/24/2011
- Archive Date
- 4/8/2011
- Point of Contact
- Holly Manning 757-341-1658 holly.manning@navy.mil
- Small Business Set-Aside
- N/A
- Description
- CORRECTION: THIS PROJECT IS A DESIGN BUILD NOT A DESIGN BID BUILD. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATION, OR DRAWINGS AVAILABE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic, Hampton Roads IPT is seeking eligible small businesses capable of performing requirements for P-123 Design Build Bachelor Quarters Homeport Ashore, Norfolk Naval Station, Norfolk, Virginia. P-123 will construct a new bachelor quarters (BQ) for E1 through E4 personnel in support of the Navy's Homeport Ashore (HPA) initiative. The BQ will provide apartment modules and other rooms in accordance with UFC 4-721-10. The overall building will have approximately 245,000 square feet of living space. The BQ will be a seven-story, interior corridor building on a pile foundation with masonry bearing walls, concrete floors, and brick exterior walls. The project includes connecting to existing underground utilities located on or adjacent to the BQ site. The project also includes elevators, potable water booster pump, fire protection booster pump, site preparation, grading, landscaping, sidewalks, curbs, parking lots, roadways, fencing, and storm water drainage. Electrical work includes primary and secondary distribution lines; interior and exterior lighting; transformers; lightning protection; switches; fire alarm, hvac controls, and physical security equipment wiring; and cable, telephone, and internet communication cabling. Mechanical work includes heating, ventilating, and air conditioning; domestic water piping; fire protection sprinkler piping; plumbing fixtures; and sanitary sewer lines. The design and construction will incorporate sustainable principles in accordance with Executive Order 13123 and other applicable criteria. The new facility will have a minimum LEED Silver rating, and comply with the Energy Policy Act of 2005. The project will incorporate Low Impact Development features and comply with all applicable Navy, state, and federal storm water requirements. The project will be designed to comply with the applicable Anti-Terrorism/Force Protection (ATFP) regulations, including physical security and progressive collapse mitigation. The estimated contract value is between $25,000,000 and $100,000,000. The anticipated award of this contract is May 2012. The NAICS code for this project is 236220. All Service-Disabled Veteran-Owned, certified HUBZone, certified 8(a), and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. If you are an 8(a) contractor, please submit your SBA certification letter. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition in lieu of Full and Open competition is in the Governments best interest. This 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 10 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. Contractor Capability Packages to include the below items: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope of this project within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to P123 as described herein. (2) Company Profile to include the following: 1. Number of employees 2. Office location(s) 3. Available bonding capacity per contract 4. DUNS number 5. CAGE Code 6. Small business designation/status claimed (3) If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. RESPONSES ARE DUE NLT March 24, 2011 at 2:00 PM (EDT). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Naval Facilities Engineering Command, Mid-Atlantic 9742 Maryland Avenue Norfolk, Virginia 23511-3689 Attn: Code OPHA9, Holly Manning or via express mail to: Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Bldg. Z140, Room 117 Norfolk, Virginia 23511-3689 Attn: Code OPHA9, Holly Manning Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Holly Manning via email at holly.manning@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R0013/listing.html)
- Document(s)
- Attachment
- File Name: N4008511R0013_P-123_SOURCES_SOUGHT_NOTICE.pdf (https://www.neco.navy.mil/synopsis_file/N4008511R0013_P-123_SOURCES_SOUGHT_NOTICE.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008511R0013_P-123_SOURCES_SOUGHT_NOTICE.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008511R0013_P-123_SOURCES_SOUGHT_NOTICE.pdf (https://www.neco.navy.mil/synopsis_file/N4008511R0013_P-123_SOURCES_SOUGHT_NOTICE.pdf)
- Record
- SN02404553-W 20110320/110318234611-869ab7358d5d86f1cfaa39b76ab41695 (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 |