Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOURCES SOUGHT

Z -- P200 Mobile User Objective System (MUOS)

Notice Date
7/11/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition, Construction Contracts Branch (ACQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
Reference-Number-P200
 
Response Due
7/25/2006
 
Archive Date
7/25/2006
 
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 Wahiawa, Hawaii. The projected magnitude of the construction project is between $10,000,000 and $25,000,000. 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 planholders 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), certified HUBZone or SDVOSB firms relative to NAICS Code 236220 shall submit the following information: (a) Past Performance and Experience in relevant projects. Relevant projects shall demonstrate the capability to renovate facilities and provide for site preparation. In addition, the project will provide equipment space and enlarged antenna compound by converting an existing building to a generator building for the new back-up generator, switchgear, with fuel storage; coordinate with HECO and upgrade a high voltage electrical substation; construct concrete foundation for a Radio Access Facilities (RAFs); construct underground duct banks and power cables between the antenna site and the substation adjacent to the main gate at NCTAMS, and construct concrete pedestal base for three 60-foot diameter Earth Terminals or antennas. The project also includes alteration and renovation of 620 square feet of classified spaces in a HEMP shielded building for new equipment installation, and constructing concrete encased fiber-optic duct banks and connections from the RAFs. In order to be considered relevant, the projects submitted for review shall be approximately $10,000,000 to $25,000,000. 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 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 responses to this sources sought must be received no later than 10:00 a.m. HST on July 25, 2006 via facsimile transmission to (808) 474-7316 or via email to norine.horikawa@navy.mil. If emailing, please include in the subject line the words, P-200, Mobile User Objective System (MUOS). 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-JUL-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN01087802-W 20060714/060712222142 (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.