Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
DOCUMENT

Y -- POTABLE WATER CONVEYANCE SYSTEMS & WASTE WATER AND RECYCLED WATER CONVEYANCE SYSTEMS, MCB CAMP PENDLETON, CA - Attachment

Notice Date
12/5/2011
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247311MKTG5
 
Response Due
12/16/2011
 
Archive Date
12/31/2011
 
Point of Contact
Gregory Sies 619-532-4438
 
E-Mail Address
Mahoney
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool. The Government is seeking industry comments in relation to the use of Project Labor Agreements (PLA) in two upcoming projects at Marine Corps Base (MCB) Camp Pendleton, CA under NAICS classification 237110, Water and Sewer Line and Related Structures Construction. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. The general scope of this requirement is a Firm-Fixed Price (FFP) Design / Build Construction Contract for two projects: Project 1: potable water conveyance systems consisting of piping, pump stations, and storage facilities. Project 2: waste water and recycled water conveyance systems consisting of piping, lift stations, and storage facilities. The type of work for both projects may also include, but is not limited to: electrical and mechanical utilities, civil utilities, advanced water treatment processes including Reverse Osmosis, chemical feed systems, pump stations, information systems, photovoltaic cells, electronic control systems, water storage tanks, masonry, standing metal seam roof, parking lot construction, concrete pad installation, fire protection systems, grading, anti-terrorism force protection measures, landscaping. Work also includes horizontal directional drilling to minimize environmental impacts. The project will be located on MCB Camp Pendleton CA. The estimated total contract price range for each project, per DFAR 236.204, is between $25,000,000 and $100,000,000 for each project. This procurement shall be in accordance with FAR 52.225-9/11/12, Buy American Act “ Balance of Payments Program “ Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract for the design. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Project Labor Agreement Inquiry Form. Total pages limited to three (3) single sided 8 ½ x 11 pages for the Project Labor Agreement Inquiry Form response and two (2) single sided 8 ½ x 11 pages for a cover letter. Using the forms provided, the following information is requested: 1) Cover Letter, including the following: a) Name of the Firm, DUNS number, address and point of contact information. b) Identify the size of your company (i.e. SBA certified 8(a), SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Small Business concern, and/or a large business.) For more information on the definition or requirements for these, refer to http://www.sba.gov/. c)List any previous experience with contracts including PLAs. 2) Completed Project Labor Agreement Inquiry Form. Please respond to this sources sought announcement by 2:00 p.m. Friday, December 16, 2011 to Naval Facilities Engineering Command Southwest, Central IPT, Attn: Greg Sies, Code OPAA.GS, 937 Harbor Drive, Building 1, 3rd floor, San Diego, CA 92132. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the feedback. However, NAVFAC-SW will utilize the information for technical and acquisition planning. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. All NAVFAC Southwest solicitations are posted on www.neco.navy.mil beginning with N62473.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247311MKTG5/listing.html)
 
Document(s)
Attachment
 
File Name: N6247311MKTG5_PLA_INQUIRY_FORM.DOC (https://www.neco.navy.mil/synopsis_file/N6247311MKTG5_PLA_INQUIRY_FORM.DOC)
Link: https://www.neco.navy.mil/synopsis_file/N6247311MKTG5_PLA_INQUIRY_FORM.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02633216-W 20111207/111205234002-c9518637481a7527441fb10e4135f841 (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.