Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOURCES SOUGHT

Y -- Deployment Processing Center, Shaw Air Force Base, Sumter, SC

Notice Date
11/4/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-03-R-0308
 
Response Due
11/20/2003
 
Archive Date
12/5/2003
 
Point of Contact
Stephen Cannon, Contract Specialist, Phone 843-820-7037, Fax 843-818-6910, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
cannonsl@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS-NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE. Solicitation Number for the announcement is N62467-03-R-0308. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on 8a firms-first priority and HubZone small business firms-second priority, to construct a new Deployment Processing Center-DPC and related Demolition at Shaw AFB, Sumter, SC. The 2002 NAICS Code for the proposed acquisition is 236220 and the small business size standard is $28.5 Mil. Commercial and Institutional Building Construction. Federal Supply Code is Y119, Construction of facilities/other admin & services buildings. Under FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with his-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive 8a or Hubzone Small Business or Unrestricted. The proposed DPC will consist of a multi-story facility containing 42,000 square feet of gross area. The project also includes the demolition of 44,000 square feet of existing facilities. All demolition and new construction will be located on the flight line and will require appropriate security and foreign object debris-FOD prevention measures. The estimated cost is between $7,290,000 and $8,100,000. The new DPC will include administration spaces, classrooms, conference rooms, a Deployment Command Post, a high-bay warehouse for bag storage and cargo processing, a new Flight Kitchen, and special construction and secure communication systems for Sensitive Compartmented Information Facilities- SCIF. The DPC will be constructed with a reinforced concrete foundation and floor slab on shallow spread footings, load bearing concrete masonry unit walls, and internal steel framing members. Interior partitions will be gypsum wallboards on metal studs except for reinforced concrete masonry in SCIF areas. The new facility will have aluminum windows with laminated glazing and an aluminum standing seam metal roof. The high-bay warehouse will have an insulated translucent wall panel system. The HVAC system will require separate systems for the passenger processing areas, flight kitchen, and armory. The facility is designed with an emphasis on sustainable design. The LEED Green Building Rating System will be used with a goal of achieving a LEED certified facility. The work includes communication and fire protection systems, all supporting utilities, and site work consisting of parking, sidewalks, access drives, landscaping and demolition of existing flight line facilities. The construction will consist of three phases: Phase One is Mobilization and submittals, Phase Two is Demolish Buildings 1500, 1521, 1506 and 1507, and Phase Three is Construct new Deployment Processing Center. Phase One will have a maximum duration of 60 days. Phases Two and Three have a maximum total duration of 365 days-accelerated construction. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, with no prescribed format. Respondents must include references and a capability statement for at least two completed projects within the last five years of similar work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. Provide contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1.-Flight line construction experience at a DOD facility; 2.-Construction experience with DOD warehouse and administration buildings of a similar size; 3.-Commercial kitchen experience, large restaurant, cafeteria, dining halls; 4.-Construction experience with sustainable facilities; and 5.-Experience with secure communication systems in DOD facilities and the special construction requirements for sensitive compartmented information facilities, SCIF. Responses should also address experience in constructing a building of this magnitude on a Federal installation, OSHA violations within the last 3 years, and experience with LEEDs and Total Building Commissioning. Also, respondents should address the following: 1.-Experience in developing Safety Plans; 2.-Qualified Project Managers and Superintendents familiar with construction on Federal Contracts 3.-Experience in developing change proposals and recommending alternative solutions to design discrepancies. Provide proof of SBA certification for either 8a or Hubzone status. 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-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among either 8a or Hubzone firms or proceed with full and open competition as Unrestricted. The responses to this SOURCES SOUGHT synopsis may be e-mailed, or mailed to the attention of to Stephen L. Cannon at stephen.l.cannon@navy.mil or mail to Southern Division, Naval Facilities Engineering Command, Attn. S. Cannon, Code ACQ11.SC, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses are due no later than November 20, 2003 by 4pm local time.
 
Place of Performance
Address: Sumter, SC
 
Record
SN00464517-W 20031106/031104213119 (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.