Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2002 FBO #0123
SOURCES SOUGHT

Z -- SOURCES SOUGHT--HOUSING REVITALIZATION, KAUAI

Notice Date
4/2/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0242, 4262 Radford Drive, Honolulu, HI, 96818-3296
 
ZIP Code
96818-3296
 
Solicitation Number
Reference-Number-H-01-01
 
Response Due
4/19/2002
 
Archive Date
5/4/2002
 
Point of Contact
Ann Saki-Eli, Contract Specialist, Phone (808) 474-5356, Fax (808) 474-7316,
 
E-Mail Address
sakieliah@efdpac.navfac.navy.mil
 
Description
Sources Sought NOTICE: The purpose of this sources sought synopsis is to identify potential qualified Section 8(a) firms relative to NAICS Code 233220. The geographical area for purposes of Section 8(a) is limited to Hawaii. The place of performance is Pacific Missile Range Facility, Barking Sands, Kauai. The projected magnitude of the construction project is between $10,000,000 and $25,000,000. Performance and payment bonds are required. The Pacific Division, Naval Facilities Engineering Command, will use the responses to this sources sought synopsis to make appropriate acquisition decisions for the planned fixed price contract. This is not an announcement of availability of a solicitation nor is it a means of generating a planholder's list. After review of the responses submitted regarding this potential acquisition, a solicitation announcement will be published in the Federal Business Opportunities if the Government intends to continue with the procurement. Interested, qualified Section 8(a) firms relative to NAICS Code 233220 shall submit the following information: (a) Past or current experience in relevant work, e.g., scope (wholehouse revitalization of residential multi-family subdivision dwelling units), dollar value (range of $10,000,000 to $25,000,000). Also address past or current experience in phasing of work for renovation of multiple occupied dwelling units. Provide a listing as follows: (1) contract number; (2) description of the work; (3) dollar value; (4) period of performance; (5) points of contact, phone and fax number; and (6) state whether you were a subcontractor or prime. State portion of the work completed by your firm by dollar value and scope. Also provide performance evaluations for the revelant experience; (b) Proof of bonding capacity in the form of a letter from your surety, including current available bonding as well as single project limit; (c) Resumes for the proposed project superintendent and QC Manager. Resume shall include specifically identify past experience in wholehouse revitalization for subdivisions. Provide (1) contract number; (2) description of the work; (3) dollar value; (4) period of performance; (5) points of contact, phone and fax number. The QC manager shall have a minimum of 10 years experience as superintendent, inspector, QC manager, project manager, or construction manager of similar size and type construction contracts. The QC manager must also be familiar with the requirements of COE EM-385-1-1 and have experience in the areas of hazard identification and safety compliance; and (d) Provide your company's most current financial statements (e.g., balance sheet and income statement). (e) Provide a list of existing commercial and government business commitments to include contract numbers, names of contracting officers, telephone and facsimile numbers, value of contract, completion date and percent complete. (f) Further, based on existing commitments, address whether your firm has sufficient production capability for the performance of this project. The general scope of work includes revitalization of 69 Officer and Enlisted housing for two, three and four bedroom, single family and multi-family housing units at PMRF Kauai. Work includes: New kitchens; new bathrooms with new fixtures and new plumbing; reconfiguration of the interior walls and spaces; and new finishes throughout. Replacement of the existing lanais and the existing detached carports with new lanais and new detached garages with storage and trash enclosures. New roofing, air conditioning, sewer laterals, solar hot water heating system and electrical fixtures and wiring. Converting 4 units to handicap accessible units. The responses to this sources sought must be received no later than 10:00 a.m. on April 19, 2002 via facsimile transmission to (808) 474-7316 or via email to sakieliah@efdpac.navfac.navy.mil. Complete information must be submitted. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information requested. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purposes of verifying performance.
 
Record
SN00052268-W 20020404/020402213324 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.