Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2016 FBO #5172
DOCUMENT

Y -- Replacement of existing airfield apron pavement between Buildings SP-37 and SP-36 as well as pavement north of Building SP-35 at Naval Station Norfolk. - Attachment

Notice Date
1/19/2016
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008516R6132
 
Response Due
1/25/2016
 
Archive Date
2/9/2016
 
Point of Contact
Melinda Crawley
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR AIRCRAFT PARKING SP AREA AND SP-37 AIRFIELD PAVEMENT LOCATED AT NAVAL STATION NORFOLK IN NORFOLK, VIRGINIA This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Governments overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (Midlant) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability of performing construction services for Aircraft Parking SP Area and SP-37 Airfield Pavement located at Naval Station Norfolk, in Norfolk, Virginia. The proposed project will construct the replacement of existing airfield apron pavement between Buildings SP-37 and SP-36 as well as pavement north of Building SP-35 at Naval Station Norfolk. The existing concrete/bituminous pavement will be demolished to subgrade and replaced with new concrete pavement. Additional new work associated with this project includes pavement stripping, aircraft tie-downs, static grounding, and incidental related work. The estimated costruction cost is between $10,000,000 and $25,000,000. The anticipated award of this contract is March 2016. The North American Industry Classification System (NAICS) Code for this project is 237310, Highway, street, and bridge construction with a Small Business Size Standard of $36.5 million. Should the resulting solicitation be a set aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-4, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The following information shall be provided: 1) Contractor Information: Provide your firms contact information, including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. Responses must include identification and verification of the company ™s small business status. 3) Bonding Capacity: Provide your suretys name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a minimum of three (3) and a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the five years prior to the submission due date. A relevant project is further defined as: Size: Repair/Replacement of concrete paving of at least 40,000 square yards; and Estimated Construction Cost of $12,000,000 or greater. Scope/Complexity: New installation or complete replacement of paved airfield/runways suitable for use by large commercial or military aircraft. Crushing concrete for reuse as aggregate base. Adjacent to active runway, taxiways and hangars. Full panel concrete replacement, partial panel concrete replacement, concrete repairs and joint repairs. All projects must meet the size requirement. A combination of projects can be used to collectively meet the four scope/complexity requirements as listed above. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Interested sources shall use the forms provided under separate file titled Sources Sought Information Form to respond. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON 25 January 2016 by 2:00 P.M. Eastern Time. The submission package shall ONLY be submitted electronically to Melinda Crawley via email at melinda.crawley@navy.mil and MUST be limited to a 10Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email at melinda.crawley@navy.mil Note: Source Sought number maybe different from the Solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R6132/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R6132_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008516R6132_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R6132_Sources_Sought_Information_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03994701-W 20160121/160119234112-4250ea3e7e7eca4ed57fe6c1f1f79f56 (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.