Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOURCES SOUGHT

Y -- Environmental & Preventative Medicine Unit 6 Replacement Facility, Pearl Harbor, HI

Notice Date
6/2/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Construction Contracts Branch (AQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
Reference-Number-P-87717D
 
Response Due
6/14/2006
 
Archive Date
6/14/2006
 
Description
DESC: Sources Sought NOTICE ? The purpose of this sources sought synopsis is to identify potential qualified HUBZone SBC, Service Disabled Veteran Owned (SDVOSB) or Section 8(a) firms relative to NAICS Code 236220. The geographical area for purposes of Section 8(a) is limited to Hawaii and Guam. The place of performance is Pearl Harbor, Hawaii. The projected magnitude of the construction project is between $5,000,000 and $10,000,000. Performance and payment bonds are required. The Naval Facilities Engineering Command, Pacific 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 236220 shall submit the following information: (a) Past Performance and Experience in relevant projects. (See below for the definition of a relevant project). Relevant projects shall demonstrate the construction of a clinic with a Biosafety Level 3 Laboratory of the same or similar dollar value ($5,000,000 to $10,000,000). Provide a listing as follows: (1) contract number; (2) description of the work; (3) dollar value of the construction work; (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 relevant 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 relevant projects. Provide the following information: (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 shall have at least 2 years of QC Manager experience in recent relevant projects. 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 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. (e) Further, based on existing commitments, address whether your firm has sufficient production capability for the performance of this project. The relevant scope of work for the subject project includes the construction of an Environmental & Preventative Medicine Unit (EPMU) replacement facility using reinforced concrete foundation and floor slab with appropriate structural frame, exterior walls and roof. This project will provide Environmental and Preventative Medicine Unit laboratories (Industrial Hygiene, Environmental Health, Epidemiology, Microbiology, Entomology, and Force Health Protection), administrative and logistics functions, education/training classrooms, and environmentally controlled storage for expeditionary equipment and supplies. The project includes construction of a vehicle shelter and support facilities of site work utilities, sidewalks and parking. The work also includes facilities that comply with the requirements for Biomedical Safety Level 3, in accordance with the Centers for Disease Control/National Institute for Health publication Biosafety in Microbiology and Biomedical Laboratories. Requirements of a Biomedical Safety Level 3 Laboratory include seamless walls, ceilings and floors that are impermeable to liquids and resistant to chemicals and disinfectants normally used in laboratories. Penetrations in floors, walls and ceilings are to be sealed or capable of being sealed to facilitate decontamination. A specialized ducted exhaust air ventilation system is required which will create directional airflow that draws air in to the laboratory from ?clean? areas and toward ?contaminated? areas. Exhaust must not be recirculated to any other areas of the building. The design, construction and operational procedures of a Biosafety Level 3 facility must be documented and tested prior to operation and must be re-verified annually. The responses to this sources sought must be received no later than 10:00 a.m. HST on June 14, 2006 via facsimile transmission to (808) 474-7316 or via email to norine.horikawa@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
SN01061762-W 20060604/060602221327 (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  © 1994-2020, Loren Data Corp.