Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
MODIFICATION

Y -- P1253-2D Combat Engineer Maintenance/Ops Center

Notice Date
5/26/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008511R4025
 
Response Due
6/10/2011
 
Archive Date
6/25/2011
 
Point of Contact
Trellis Portee 757-322-4448 Trellis Portee
 
E-Mail Address
757-322-4448
 
Small Business Set-Aside
N/A
 
Description
P1253, 2D Combat Engineer Maintenance/Ops Center, MCB, Camp Lejeune, NC THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATION, OR DRAWINGS AVAILABE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking small eligible business firms capable of performing requirements for Design-Build 2D Cambat Engineer Maintenance/Ops Center, located at MCB Camp Lejeune, NC. Project number is P-1253. All construction work will be accomplished at MCB Camp Lejeune, NC. The estimated contract value is $60,000,000.00. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $33,500,000. The Federal Supply Code (FSC) is Y152. P1253 2D Combat Engineer Maintenance/Ops Center. This projects constructs approximately 8 multi-story and/or single-story reinforced concrete masonry unit buildings on pile foundations with structural steel framing, reinforced concrete foundation and floors, reinforced masonry walls and brick veneer. Construction will include administrative space, storage space, drive-through equipment maintenance bays, communications/electronic equipment repair, secure weapons armory with covered weapons cleaning area, indoor simulated marksmanship trainer, showers and locker areas. Built-in equipment includes a vehicle exhaust system, a waste oil storage tank, 15-ton hydraulic lifts, 30-ton and 20-ton bridge cranes (with 7.5-ton auxiliary cranes) in addition to multiple 7.5 ton cranes in the maintenance facility, welding hood, woodworking dust collection system, paint booth, lubricant fluid distribution system, overhead doors, radiant heating system, and waste oil collection. Environmental mitigation includes wetland restoration. This project will provide Anti-Terrorism (AT) features and comply with AT regulations, physical security and progressive collapse mitigation in accordance with DOD Minimum Anti-Terrorism Standards for Buildings. Site preparation includes site clearing, excavation and preparation for construction. Paving and site improvements include grading, landscaping, sidewalks, curbs, parking, roadways, fencing and storm-water drainage. Also included are parking for heavy vehicles, open storage areas, vehicle washracks, loading ramps, cantilevered gates and environmental measures. Electrical utilities include primary and secondary distribution systems, lighting, transformers, and telephone and communication networks. Mechanical utilities include heating, ventilation and air conditioning, water lines, plumbing and plumbing fixtures, sewage pumping station, sanitary sewer lines, fire protection systems and supply lines. Also included are vehicle wash systems and an oil/water separator. Sustainable design principles will be included in the design and construction of the projects in accordance with Executive Order 13123 and other laws and Executive Orders. Facilities will meet a minimum of LEED silver ratings and comply with Energy Policy Act of 2005. Low Impact Development will be included in the design and construction of this project. Forward revised Contractor Capability Packages to include the below items: Past experience, as a prime contractor, in the construction of a Combat Engineer/Maintenance/Ops Center that is of equal or greater size, scope, and complexity within the past 5 years, 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 the technical services described herein. Past experience in performing design-build projects that are of equal or greater size, scope and complexity within the past 5 years. Past experience in North Carolina State permitting requirements within the past 5 years. Past experience in LEED Strategy within the past 5 years. Past experience in Energy Savings Targets within the past 5 years. Past experience in Conceptual Drawings within the past 5 years. Past experience in Color 3D Renderings within the past 5 years. Company Profile, to include number of employees, office location(s), available bonding capacity up to $60,000,000, DUNS Number, CAGE Code Number, and statement regarding Small Business designation and status. If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. All Service-Disabled, Veteran-Owned Small Business, Certified HUBZone, Small Business and Certified 8a Small Business are encouraged to respond. If you are an 8(a) contractor, please submit your SBA letter certifying that you have a bona-fide office in North Carolina. 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 Business submit to the Contracting Office a brief Capabilities Statement Package (no more than 15 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. RESPONSES ARE DUE: Thursday, June 10, 2011 by 2:00 PM. ELECTRONIC SUBMITTALS AND LATE RESPONSES WILL NOT BE ACCEPTED. The packages shall be sent by mail to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Trellis Portee); 6506 Hampton Blvd., Building C, Room 1036; Norfolk, VA 23508. Questions or comments regarding this notice may be addressed via e-mail to Trellis Portee, trellis.portee@navy.mil, Office Telephone Number: 757-322-4448.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R4025/listing.html)
 
Place of Performance
Address: Office In Charge Of Construction
Zip Code: 1005 Michael Road, Camp Lejeune, NC
 
Record
SN02458289-W 20110528/110526235105-e69982b616aa6281b2361d87cea0c7b7 (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.