DOCUMENT
Y -- P-164 and P-826, Design Build Logistics Support Facility and Military Working Dog Facility, Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia - Attachment
- Notice Date
- 12/20/2011
- 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
- N4008512R4507
- Response Due
- 1/5/2012
- Archive Date
- 1/20/2012
- Point of Contact
- Lindsay Naill (757) 341-1654 lindsay.naill@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 P-164 and P-826, Design Build Logistics Support Facility and Military Working Dog Facility, Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. P-164 will construct a 2,787 SM (30,000 SF) Logistics Support Facility at NAS Oceana Dam Neck Annex. Project includes concrete masonry building with slab on grade and pile foundation, standing seam metal roof over steel framing, steel doors and frames, steel roll up doors, and gypsum board over metal stud interior partitions. Built-in equipment includes a passenger/freight elevator. Project also includes renovation of approximately 1,119 SM (12,000 SF) in B-302. Supporting facilities include electrical utilities, mechanical utilities including sewer and water, storm water drainage with storm water management, excavation and grading, landscaping, and sidewalks. P-826 will construct a 1674 SM (18,003 SF) 2-story Military Working Dog (Combat Assault Dog) facility at NAS Oceana, Dam Neck Annex. The facility shall include kennel space for dogs, space for veterinary care, and associated administrative and storage space that is required to maintain and care for Military Working Dogs. The proposed construction consists of precast architectural wall panels on a steel frame structure supported by piles, with a multi-layer bitumen roof system on a metal roof deck. Building services include utilities, telecommunications and fire protection. The project also includes demolition of the existing Military Working Dog Facility 87 SM (940SF). The estimated contract value is between $10,000,000 and $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. 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 P-164 and P-826 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 January 5, 2012 at 2:00 PM (EST). 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 OPHA18, Lindsay Naill or via express mail to: Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Bldg. Z140, Room 117 Norfolk, Virginia 23511-3689 Attn: Code OPHA18, Lindsay Naill Electronic submission of the statement of capabilities package will NOT be accepted. Questions or comments regarding this notice may be addressed in writing to Lindsay Naill via email at lindsay.naill@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R4507/listing.html)
- Document(s)
- Attachment
- File Name: N4008512R4507_P-164_and_P-826_SOURCES_SOUGHT_NOTICE.pdf (https://www.neco.navy.mil/synopsis_file/N4008512R4507_P-164_and_P-826_SOURCES_SOUGHT_NOTICE.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008512R4507_P-164_and_P-826_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: N4008512R4507_P-164_and_P-826_SOURCES_SOUGHT_NOTICE.pdf (https://www.neco.navy.mil/synopsis_file/N4008512R4507_P-164_and_P-826_SOURCES_SOUGHT_NOTICE.pdf)
- Record
- SN02643047-W 20111222/111220235028-63cfe7c2c771418ec5e847e163b184dc (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 |