Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2014 FBO #4589
SOURCES SOUGHT

Y -- Design Bid Build, P-461 Small Arms Ranges, NWS Yorktown

Notice Date
6/16/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008514R8149
 
Response Due
6/30/2014
 
Archive Date
7/15/2014
 
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, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of constructing P-461 Small Arms Ranges, NWS Yorktown. This project constructs a 27-lane known distance (KD) rifle range, a 27-lane pistol range, and constructs support buildings for the relocation of the Dam Neck Detachment of the Marine Corps Security Forces Regiment (MCSFR). Range support buildings include an armory, an administration/classroom building, weapons cleaning area, covered briefing areas, a target fabrication shop, a covered firing line on the pistol range, a target storage building on the rifle range and toilet facilities at each range. Paving and site improvements include vehicle parking at each range, sidewalks, an access road to the rear of the rifle range, earthen berms at each range, and storm water retention facilities. Off-site improvements include widening and paving of a portion of Burma and Cheesecake Roads, the access road to the facility, and extending power and communications lines to the facility. The total estimated magnitude of construction for this contract is between $10,000,000 and $25,000,000. All certified HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. 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 services by March 2015. The appropriate NAICS code for this procurement is 236220, with a standard size of $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. It is requested that interested small businesses submit to the contracting officer 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. The documentation shall address the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope 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 the technical services described herein. (2) Company Profile to include the following: 1. Size/Number of employees. 2. Office location(s). 3. Active SAM Registration 4. Available bonding capacity per contract. (Must be able to bond up to the estimated price range of this project) 5. DUNS number 6. CAGE Code. 7. Small business designation/status claimed. RESPONSES ARE DUE NLT June 30, 2014 @ 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. For Express Mail (FedEx, UPS), please utilize the following address for delivery: Attn: Holly Manning, Building Z-140, Room 225 Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Norfolk, Virginia 23511-3624 Proposals mailed utilizing the U.S. Postal Service (USPS) should be addressed to: Attn: Holly Manning, Building Z-140, Room 225 Commanding Officer Naval Facilities Engineering Command, Mid-Atlantic 9742 Maryland Avenue Norfolk, VA 23511-3095 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/N4008514R8149/listing.html)
 
Record
SN03396664-W 20140618/140616235247-5d75a5366ecaeff777679a8844eafffe (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.