Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2013 FBO #4099
DOCUMENT

C -- Design Bid Build (DBB) Construction project for Bachelor Enlisted Quarters (BEQ) 423 at Naval Air Station Oceana in Virginia Beach, Virginia. - Attachment

Notice Date
2/11/2013
 
Notice Type
Attachment
 
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
 
Solicitation Number
N4008513R3515
 
Response Due
2/21/2013
 
Archive Date
10/1/2013
 
Point of Contact
Michael Greene, Contract Specialist, (757)341-0082, Michael.greene2@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. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking eligible Service-Disabled Veteran-Owned Small Businesses, certified HUB Zone Small Business, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform the proposed contracts. The Government anticipates a contract award for this project in August 2013. The appropriate NAICS Code is 236220 with a size standard of $33,500,000. NAVFAC MIDLANT anticipates awarding a Design Bid Build (DBB) Construction project for Bachelor Enlisted Quarters (BEQ) 423 at Naval Air Station Oceana in Virginia Beach, Virginia. The BEQ 423 was constructed in 1971 and is a three story, three-wing, 62,205 square foot building. It has been determined that the deteriorated and underperforming HVAC system combined with windows that leak moisture and air are the root causes of the mold growth in BEQ 423. General Work Requirements: The replacement windows will be ATFP code compliant with blast-resistant glazing. Other work includes upgrading fire protection to code, upgrading first floor bathrooms to comply with architectural access (ADA) code, mold remediation, carpet and paint in the bedrooms and corridors, renovating first floor lounges, renovate kitchens, upgrading to R-19 insulation inside the walls, upgrading electrical transformer, upgrading fire hydrants, repairing sidewalk, replacing dryer exhaust line in NAS Oceana Building 423. Replacement of HVAC system will include drilling geothermal wells in an open grass area field, demolition of existing mechanical system as well as related civil, architectural, and electrical repairs associated with the mechanical system. Replace the main HVAC system with an energy efficient ground source heat pump and install the Direct Digital Controls (DDC) to monitor and control the geothermal HVAC system. All the windows will be renewed to remediate the moisture leakage. Walls will be demolished in order to repair windows, providing the most opportune time to upgrade wall insulation to R-19. Sidewalks may need to be demolished and repaired to accommodate the installation of geothermal wells in adjacent grass field. The D-Wing is primarily a mechanical space that has a separate male and female bathroom. The current bathrooms will be renovated to meet ADA access requirements. This will meet the ADA requirement to have a first floor handicap accessible bathroom. The kitchenette renovations will include replacement of flooring and rearrangement of the kitchen to accommodate an electric range. This includes the kitchenette in the three berthing wings (A, B, and C). In order to accommodate the electric ranges, each will be retrofitted with exhaust ventilation. Renovation of the kitchenette lounges will require storage of existing furnishings. All bedrooms, corridors, and stairwells will be painted and repaired. All defective doors will be replaced. The first floor lounges and second floor kitchens will be renovated in Wings A, B, and C of BEQ 423. Upgrading exhaust vent to support laundry dryers are additional quality of life improvements. The first floor male and female bathroom in the D-Wing will also be renovated to meet architectural (ADA) access codes. Upgrades to fire protection, installation of fire hydrants, and renewal of electrical transformer, incidental to this project, will also be performed. The magnitude of this project is between $5,000,000 and $10,000,000. All Service-Disabled Veteran-Owned Small Businesses, certified HUB Zone Small Business, and certified 8(a) Small Disadvantaged Businesses and other certified small businesses are encouraged to respond. 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 will not pay for any information solicited. 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) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUB Zone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. (4) 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 21 February 2013. Late responses will not be accepted. Responses to this Sources Sought Notice shall be mailed or hand carried to the following address: The package shall be sent to the following: U. S. Mail responses to: Commanding Officer Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Ex press delivery to: Commanding Officer Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9724 Virginia Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3689 Hand delivers to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9724 Virginia Ave, Bldg. Z-144, First Floor, Room 109, Norfolk, VA 23511-3689 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/N4008513R3515/listing.html)
 
Document(s)
Attachment
 
File Name: N4008513R3515_SOURCES_SOUGHT.pdf (https://www.neco.navy.mil/synopsis_file/N4008513R3515_SOURCES_SOUGHT.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008513R3515_SOURCES_SOUGHT.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bachelor Enlisted Quarters (BEQ) 423 onboard Naval Air Station Oceana, Virginia Beach, Virginia
Zip Code: 23460
 
Record
SN02984953-W 20130213/130211234512-782deb27594f5408f3d726f5a017eaf6 (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.