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 -- P197 Design Build, Decentralize Steam System, Naval Support Activity (NSA) and Lafayette River Annex (LRA), Norfolk, Virginia. - Attachment

Notice Date
12/5/2011
 
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
N4008512R4513
 
Response Due
12/16/2011
 
Archive Date
12/31/2011
 
Point of Contact
holly.manning@navy.mil
 
Small Business Set-Aside
N/A
 
Description
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 P197 Design Build, Decentralize Steam System, Naval Support Activity (NSA) and Lafayette River Annex (LRA), Norfolk, Virginia. This project will eliminate central steam at Naval Support Activity (NSA) Norfolk and Lafayette River Annex (LRA). NSA, which includes the Camp Allen area, currently receives steam from Naval Station Norfolk's P1 power plant. LRA is sourced from two steam boilers located in Building H. High efficiency and high performance heating, ventilation, and air conditioning systems (HVAC) will be installed to replace the central steam systems in these areas. These systems may include ground source heat pumps, natural gas (NG) steam boilers, infrared heaters, NG condensing hot water (HW)boilers, NG condensing domestic HW boilers, Turbocor retrofit on chillers, variable flow chillers, variable frequency drives (VAV) on chill water (CW) pump and HW/CW temperature reset by outside air. The specific types of systems to be used will be determined during the design process. The project will include electric metering, sub-metering (at lighting panels, power panels, and HVAC loads), building envelop upgrades, occupancy sensors, economizer, cool roof, chiller heat recovery and outside and exhaust air system with variable speed heat recovery. The project will include tests and balancing and fundamental and enhanced commissioning of the new system, Direct Digital Controls (DDC) and digital lighting management. In addition, the project will demolish NH35. In its place, a new control building at NSA's main site to house the new DDC center and public works personnel. The DDC infrastructure and main control room equipment are included as part of this project. Other building features include administrative areas, shops areas, and an area for the new DDC system. The estimated contract budget amount is approximately $25,000,000. The anticipated award of this contract is August 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. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition 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. 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, 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 P197 as described herein. (2) Company Profile to include the following: 1. Number of employees 2. Office location(s) 3. Available bonding capacity per contract (must be able to bond up to the est. contract budget amount) 4. DUNS number 5. CAGE Code 6. Small business designation/status claimed (3) If you are an 8(a) contractor, please submit your SBA certification letter. RESPONSES ARE DUE NLT December 16, 2011 at 2:00 PM (EDT). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent to: U.S. Postal Service Address: Naval Facilities Engineering Command, Mid-Atlantic 9742 Maryland Avenue Norfolk, Virginia 23511-3689 Attn: Code OPHA9, Holly Manning Express Mail Address (FedEx, UPS): 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/N4008512R4513/listing.html)
 
Document(s)
Attachment
 
File Name: N4008512R4513_P197_SOURCES_SOUGHT_NOTICE.pdf (https://www.neco.navy.mil/synopsis_file/N4008512R4513_P197_SOURCES_SOUGHT_NOTICE.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008512R4513_P197_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.
 
Record
SN02633673-W 20111207/111205234519-2e72eb86dae20d2f5d4a94e68b3b7647 (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.