Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOURCES SOUGHT

Z -- Energy Improvements and Repairs to Structural Shops, Bldg. 92, Portsmouth Naval Shipyard, Kittery, Maine

Notice Date
6/6/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008512R1729
 
Response Due
6/20/2012
 
Archive Date
7/5/2012
 
Point of Contact
Robbin Henry 757-341-1981
 
E-Mail Address
robbin.henry@navy.mil
(robbin.henry@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, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Building 92 is located within the Controlled Industrial Area (CIA) at Portsmouth Naval Shipyard (PNS) in Kittery, Maine. Building 92 is also located within the boundaries of the Portsmouth Naval Shipyard Historic District and is a contributing resource to the Historic District. The Navy recognizes the significance of this historic property and the potential impact of the proposed project on the building and the overall historic district. Due to the historic significance of the building, interior and exterior repairs will preserve the historic character. The existing Building 92, Structural Shop, will be repaired and modernized to support consolidation of Structural Shop facilities and reduce energy consumption and total ownership costs of the facility. In order to reduce the future energy consumption of Building 92, this project will include installation of a solar wall air heating system providing reliable and renewable energy, a weatherized building envelope, efficient HVAC and electrical systems, and smart metering technology. Repairs to the building envelope for improved energy efficiency include replacement of the existing failed exterior glazing of the high and mid bays with a translucent curtain wall system that matches the historic configuration, increases the R-value, and prevents air infiltration. Masonry will be repaired and repointed as required to prevent water infiltration. The flat and gable roofs will be repaired and/or replaced. The mega door and overhead doors will be replaced. Exterior doors will be sealed to eliminate the existing gaps and air infiltration. New industrial ventilation, air recirculation, and heat recovery systems will be installed in the shop area. HVAC systems will be upgraded for increased efficiency. Compressed air piping improvements will eliminate productivity losses from existing inadequate air line distribution. Electrical system upgrades include repair of damaged bus duct in mid bay area; repair and replacement of electrical panels throughout shop; and replacement of lighting with energy efficient fixtures. The non-code compliant mezzanine will be replaced and reconfigured to accommodate employee facilities (lockers, break room, toilets, offices, etc.). The fire protection system will also be replaced in this location. Historic wood block floor contaminated with heavy metals and asbestos is scattered throughout the first floor and will be replaced with concrete slab. An existing weld platen table will be repaired and relocated to the south end of the high bay. Structural repairs include diagonal bracing, previously cut or removed, at the north end of the high and mid bays. Phasing of construction activities will be required to support the uninterrupted operation of shipyard functions in close proximity to construction activities within Building 92. Temporary protection measures will be employed to allow construction activities to proceed while maintaining the required continuous network cabling operation. Demolition and repair activities will require handling and disposal of hazardous materials including asbestos, lead and mercury. Sustainable principles have been integrated into the design and development of this project and will be implemented during construction of the project in accordance with Executive Order 13123 and other directives. The design and construction shall incorporate sustainable strategies and features to the fullest extent possible aimed at conserving resources and implementing renewable and reliable energy. The estimated cost range of this construction project is between $10,000,000 and $25,000,000. All Service Disabled Veteran (SDV) small businesses certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these construction requirements in the fourth quarter of FY12. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis 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 ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. It is requested that interested small businesses submit to the contracting officer 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 FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years. Include contract number, contract value, Government/Agency point of contact and current telephone number. Indicate whether your firm acted as a prime or subcontractor, and provide a brief description of how the contract relates to the technical requirements described herein. (2) Company profile to include: a. Number of offices and office location(s) b. Number of employees per office c. Available bonding capacity per contract d. DUNS number e. CAGE Code f. Small business designation/status claimed g. Annual revenue (3) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses must be received no later than 2:00 pm Eastern Standard Time, on 20 June 2012. Late responses will not be accepted. Responses to this Sources Sought Notice shall be mailed or hand-carried to the following address: Commanding Officer Naval Facilities Engineering Command Mid-Atlantic Northeast IPT ATTN: Robbin Henry Bldg Z-144, 2nd Floor, Room 214 Naval Station Norfolk Norfolk, VA 23511 Electronic submission of the statement of capabilities package will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R1729/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 23904
 
Record
SN02767383-W 20120608/120606235249-ff296a589244357181a58515ee3c6c24 (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.