Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

Y -- Operational Facilities for T-6 at Naval Air Station Corpus Christi, Texas

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N6945010RGOLI
 
Response Due
2/5/2010
 
Archive Date
2/20/2010
 
Point of Contact
Sarah Nickerson
 
E-Mail Address
sarah.nickerson@navy.mil
(sarah.nickerson@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. A Market Research is being conducted to determine small business and small disadvantaged business interest in the following construction project. The solicitation number for this announcement will be N69450-10-R-GOLI entitled Operational Facilities for T-6 at Naval Air Station (NAS) Corpus Christi, Texas. The Naval Facilities Engineering Command Southeast (NAVFACSE) located in Jacksonville, Florida will be the procuring agency for this project and intends to ultimately award a Firm Fixed Price (FFP) Design Build construction contract in the dollar range of over $10Million. Project Description: This project will be for the design and construction of a new emergency generator building, crash crew/fire station, runway lighting, repair of existing runways, repair to access road, utilities and site improvements, security fencing around the new facilities and demolition of existing control tower. Project also includes partial demolition and renovation of existing fire station to house Runway Duty Officer (RDO) cart and other support vehicles. This is required due to Goliad being in a remote location. The renovated spaces will provide equipment security and protection from the elements. The new fire station/crash crew facility is a single story reinforced masonry building, with standing seam metal roof. Critical floor plan areas include three (3) apparatus bay, an office, storage/laundry room, dayroom/galley, restroom/shower, fitness room, bunkrooms and pilot lounge. It includes heating and air conditioning system, apparatus bay exhaust system, fire protection and communication system. Repair of existing runway includes milling of pavement, leveling, installation of reinforced fabric, repairing cracks, 2.5" HMAC overlay and striping. Runway lighting includes precision approach path indicator lights to comply with Airfield Lighting Criteria. Miscellaneous repairs to existing parking apron include clearing of vegetation, installation of tie-downs, grounding system and pavement markings. Project includes acquisition of approximately 1136 acres of land as well the existing runways, taxiways, aprons, miscellaneous buildings, and other associated appurtenances. The NAICS code for this solicitation is for 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000.00. The government is only seeking a 1 to 2 page response at this point. The information which must be contained in your response is as follows: 1) Name and address of company;2) Point of contact with phone number and email address;3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc);4) Bonding capacity;5) Evidence of registration in CCR and provide CAGE Code, DUNs Number, and TIN In addition to the general information above, interested offerors must provide the following specific information: 6) List no more than three projects awarded to your company that were completed in the last five years for the design as well as the construction of projects with similar size, scope and complexity and provide a brief description of each project (no more than one paragraph). If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per project why we should consider it;7) For the projects above should have a contract value of at least $10Million. Identify the dollar value and explain in no more than one paragraph why we should consider it if less than $10Million;8) For the projects above, list date completed, name/address/POC of Design Team, and percentage (by dollar amount) of work your firm performed as the Prime contractor. Respondents will not be notified of the results of the evaluation. However, NAVFAC SE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine whether or not this project should be set aside for small business based on sufficient responses from small business indicating an interest in proposing on this work if it is set-aside. Your response to this sources sought announcement must be received by 4:00 pm ET on 05 February 2010 and must be received electronically. Please ensure all attachments are limited to less than 5 MB and email your response to sarah.nickerson@navy.mil. The ultimate end product of this sources sought will be an electronic solicitation, which can be downloaded from the NECO and FEDBIZOPPS website at https:/neco.navy.mil and http://fbo.gov in the March-April timeframe. Please do not contact for status prior to then.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5045a55275dbb5aaaecd8f77fb47b76d)
 
Record
SN02048400-W 20100124/100123000324-5045a55275dbb5aaaecd8f77fb47b76d (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.