Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
SOURCES SOUGHT

Y -- BEQ 484 Water Intrusion Repairs and 3rd Floor Renovations, NSA Panama City, FL.

Notice Date
2/19/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Bld 903, P.O. Box 30 (Bldg 903), Jacksonville, Florida, 32212-0030, United States
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-14-R-1160
 
Archive Date
4/5/2014
 
Point of Contact
Vicki A. Blankenship, Phone: 9045426815, Barbara A Czinder, Phone: (904) 542-6834
 
E-Mail Address
vicki.blankenship@navy.mil, barbara.czinder@navy.mil
(vicki.blankenship@navy.mil, barbara.czinder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within NAVFAC Southeast to facilitate the decision making process. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), and Small Businesses (SB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal, request for quote, or invitation for bid and there are no plans or specifications for this notice. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. NAVFAC Southeast is seeking qualified businesses with current relevant experience to perform the following as described below: Project Description: BUILDING 484 NGIS RENOVATIONS will provide interior repairs and renovations to the Navy Gateway Inn and Suites (NGIS) portions of Building 484. These areas comprise the entire first floor except for the northeast corner common area, and the south and west wings of the second floor. Additionally, the second floor northwest corner common area is included in this project as it serves Navy Gateway Inn and Suites personnel Renovations in the NGIS lodging rooms will consist of the following: completely replace bathrooms including plumbing fixtures and finishes; replace deteriorated metal bathroom doors; re-paint room entry doors; replace lavatories, mirrors, medicine cabinets, and vanity lighting; replace vinyl flooring with ceramic tile; refinish ceilings; new coatings/painting of all walls and ceilings; replace window treatments; replace HVAC diffusers; replace window treatments; replace/relocate towel bars; install hard-walled closets with separate locking doors; install double swinging doors between rooms for potential use as suites. In the NGIS corridors, the following scope is included: refinish ceilings; new coatings/painting of all walls and ceilings; install chair rail; replace vent covers. In the NGIS common areas/corner facilities, the following scope is included: replace VCT with ceramic tile in circulation areas; new coatings/painting of all walls and ceilings in circulation areas; reconfigure/renovate front desk and office areas; renovate a second floor common area space into a new business center; replace finishes/window treatments and install sliding partition in the second floor training room. BLDG 484 WATER INTRUSION REPAIRS AND a SCHOOL/UH RENOVATIONS will provide exterior and interior repairs at Building 484. The facility is a Bachelor Enlisted Quarters/Navy Gateway Inn and Suites. It is currently used for Multiuse Permanent Party and Transient Military Personnel. Until MILCON P-379 is enacted, this facility will continue to support the Multi-Service Diver "A" School at the Naval Diving and Salvage Training Center on board NSA Panama City. Exterior repairs included in this project are targeted at existing water intrusion issues. The water intrusion repair work includes installation of new exterior finish and insulation systems on four different sections of the facility. The work also includes interior demolition, removal of berms on the exterior of three sides of the facility, and refinishing installation of exterior walls, new windows, and incidental related work. The work includes new flashing details which will prevent future damage to the facility. Interior repairs included in the scope of work are focused on the Unaccompanied Housing/"A" School areas. These areas comprise the northeast corner common area on the first floor, the north and east wings and northeast corner common area on the second floor, and the entire third floor. Floor plans illustrating these areas are provided as attachments to this 1391. The interior renovations in the UH and A-School rooms will consist of the following: completely replace bathrooms including plumbing fixtures and finishes; replace deteriorated metal bathroom doors; re-paint room entry doors; replace lavatories, mirrors, medicine cabinets, and vanity lighting; replace vinyl flooring with ceramic tile; refinish ceilings; new coatings/painting of all walls and ceilings; replace window treatments; replace HVAC diffusers; replace window treatments; replace/relocate towel bars; install hard-walled closets with separate locking doors; install double swinging doors between rooms for potential use as suites. In the corridors, the following scope is included: refinish ceilings; new coatings/painting of all walls and ceilings; install chair rail; replace carpet; replace vent covers. In the common areas/corner facilities, the following scope is included: replace VCT flooring, new coatings/painting of all walls and ceilings. NAICS Code: 236220 - Commercial and Institutional Building Construction with the annual size standard of $33.5 million. Project Magnitude is $1 Million to $5 Million. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1. Contractor Information: Provide your firm's contact information, to include DUNS and Cage Code numbers. 2. Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 3. Bond Capacity: Provide your surety's name, your maximum bonding capacity per individual project. 4. Experience: Submit a minimum of two (2) projects, to include experience in performing efforts of a similar size and scope completed within the last seven (7) years and with an approximate completed value of $2 Million or greater. Submissions shall contain the following items below (a - g) for each project submitted for consideration. a. Include Contract Number, if applicable b. Indicate whether Prime contractor or Subcontractor c. Contract Value d. Completion Date e. Government/Agency point of contact and current telephone number. f. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. g. Indicate whether the project is Design Build or Design-Bid-Build. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-4). Complete submission package shall not exceed 10 pages. This package shall be sent by email, no larger than 6 MB, to the following email addresses: Vicki.Blankenship@navy.mil and Barbara.Czinder@navy.mil. OR via mail to Naval Facilities Engineering Command, Southeast Attn: Vicki Blankenship, IPT-Gulf Coast P.O. Box 30 Jacksonville, FL 32212-0030 Or Naval Facilities Engineering Command, Southeast Attn: Vicki Blankenship, IPT-Gulf Coast Bldg. 903, Yorktown Jacksonville, FL 32212-0030 Submissions must be received at the email addresses cited or via mail no later than 3:00 PM Eastern Standard Time on 21 March 2014. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to email addresses above or by phone to Vicki Blankenship at (904) 542-6815.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/deeced036a95953d8bbf2186bfa89e5e)
 
Place of Performance
Address: Naval Support Activity (NSA) Panama City, FL, Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN03291098-W 20140221/140219234500-deeced036a95953d8bbf2186bfa89e5e (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.