SOURCES SOUGHT
Y -- SOURCES SOUGHT ANNOUNCEMENT FOR DESIGN AND CONSTRUCT IMPROVEMENTS FOR THE GULF OF MEXICO DISASTER RESPONSE CENTER (DRC) AT MOBILE, ALABAMA.
- Notice Date
- 4/20/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
- ZIP Code
- 07732
- Solicitation Number
- WC-133C-15-RP-0087
- Archive Date
- 12/31/2015
- Point of Contact
- NICHOLAS J. DEGUIRE, Phone: 816-426-2367
- E-Mail Address
-
NICHOLAS.J.DEGUIRE@NOAA.GOV
(NICHOLAS.J.DEGUIRE@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The intent of the announcement is to identify sources that are qualified Small Business concerns, including Small Business, Small Disadvantaged, Women Owned and Veteran Owned firms to design and construct improvements at the Gulf of Mexico DRC for the National Oceanic and Atmospheric Administration (NOAA). The Government proposes to issue a firm fixed price type contract for this requirement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The primary purpose of this contract is: 1) Provide recommendations for and design of a new containment berm around the Above-ground Storage Tanks (ASTs) and construct the approved design of the new containment berm around the ASTs. The DRC operates two emergency backup electrical generators located on the north portion of the site. These generators support facilities, electrical systems and lighting during power outages. Each generator is fueled by diesel contained in an AST located directly under the generator. The 2,225 gallon ASTs are shop built, double walled steel tanks with secondary containment equivalent to 10% of the primary tank volume. The DRC seeks to further enhance the spill control mechanisms by evaluating the feasibility of the construction of containment berms around the ASTs. Space around the ASTs is limited by a security wall surrounding the back of the DRC. An engineering assessment will be necessary to determine whether construction of a steel reinforced concrete berm around the ASTs capable of containing at least 50% of the combined volume of both tanks is possible within the available space. The berms should also be capable of withstanding physical forces such as a vehicular collision and severe weather such as category five hurricanes. 2) Recommend and install new lighting for the front parking lot and back gate. The DRC would like to install solar powered overhead lamps in areas which are not adequately illuminated with the present lights. The lights should be capable of providing a maintained illumination level (LUX) equal to or exceeding -2.5. The lights should also be capable of withstanding severe weather such as category five hurricanes. 3) Identify and install selected Fragment Retention Film (FRF) on exterior windows and glass doors. There are twenty windows plus a glass store-front and two exit doors with glass and windows at the facility which would require FRF. The FRF selected must comply with GSA requirements. 4) Intrusion Detection System (IDS): Install additional the necessary components to provide intrusion detection on exterior doors and windows which can be monitored by a third-party monitoring service company. These components must be compatible with and build upon the existing security package system. The DRC is equipped with a security package compliant with Homeland Security Presidential Directive (HSPD)-12 and Federal Information Processing Standards (FIPS) 201 for card credentials and readers. The system is controlled though Symmetry Security Management Systems software. The period of performance for this contract is estimated at 90 working days from notice to proceed. The estimated magnitude for this project is between $25,000 and $100,000. Prior experience with construction of ranges of similar scope will be required. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $36.5 Million. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and subfactors have not been assigned at this time. Past Performance will be evaluated. Offerors response to this synopsis shall be limited to ten pages and shall include the following information: 1. Firm’s name, address, point of contact, phone number, and e-mail address. 2. Firm’s interest in bidding on the solicitation when it is issued. 3. Firm’s experience with ASTs, solar lighting, FRF, and IDS. Include comparable work performed within the past five years, brief description of the contract, customer name, timeliness of performance, customer satisfaction, and dollar value of the requirement) provide at least three examples. 4. Firm’s experience with construction in the surrounding area. 5. Firm’s type of business and business size. 6. Firm’s Joint Venture information, if applicable existing and potential. 7. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested offerors shall respond to the Sources Sought Synopsis no later than May 7, 2015 at 10:00 AM (CST). All interested contractors must be registered in SAM to be eligible for award of Government contracts. Mail or e-mail your response to U.S. Department of Commerce, NOAA, 1756 Federal Building, 601 East 12th Street, Kansas City, Missouri 64106, ATTN: Nicholas DeGuire, or e-mail your response to Nicholas.J.DeGuire@noaa.gov. E-mail is the preferred method when receiving responses to this synopsis. No telephone inquires will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/WC-133C-15-RP-0087/listing.html)
- Place of Performance
- Address: Gulf of Mexico Disaster Response Center (DRC), Mobile, Alabama, 36608, United States
- Zip Code: 36608
- Zip Code: 36608
- Record
- SN03705127-W 20150422/150420235711-bb4559bad89d06cb06fcf4ac7a4ecf69 (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 |