Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOURCES SOUGHT

Y -- MUNITIONS FACILITIES, SHAW AIR FORCE BASE, SUMTER, SOUTH CAROLINA

Notice Date
5/11/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
N62467-06-R-0104
 
Response Due
5/31/2006
 
Point of Contact
Kevin Logan, Contract Specialist, Phone 843-820-5775, Fax null, - Shirley Berry, Contract Specialist, Phone 843-820-5938, Fax 843-818-6854,
 
E-Mail Address
kevin.logan@navy.mil, berrysa@efdsouth.navfac.navy.mil
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-06-R-0104. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) firms, Service Disabled Veteran Owned small businesses, and HubZone small businesses, to participate in a single phase solicitation for the construction of Munitions Facilities at Shaw Air Force Base in Sumter, South Carolina. The 2002 NAICS Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $31 Million. The Federal Supply Code is Y171, Construction of Facilities/Office Buildings. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, or HubZone Small Business contractors or to issue an unrestricted solicitation, inviting full and open competition. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The Munitions Facilities construction project consists of four separate buildings. The proposed sites for the new buildings are located in the existing Munitions Facilities Compound on the northeastern portion of the base. The site area is defined by an existing secured perimeter chain-link fence and includes munitions and equipment storage areas. The Munitions Administration/Mobility Storage Building combines administrative and storage functions. The Munitions Administration/Mobility Storage Building consists of approximately 6960 SF of administrative space and 8042 SF of high bay storage for a total of 15,002 SF gross building area. The new facility will be constructed utilizing a pre-engineered building structure with a 3:12 pitch metal roof and metal siding. A 4 ft height, split-face CMU wainscot will be provided around the administration portion of the new facility. The remainder of the exterior wall will consist of pre-engineered metal panels. Interior partitions in the administration area will be metal studs with gypsum board. Floors will be carpet in the offices and VCT in the corridors and break rooms. Restrooms and locker rooms will have ceramic tile floors. The storage bays consist of twelve bays (55 ft x 12 ft) for trailer storage and space for training functions. Demolition of Buildings 1800, 1801, and 1803 will be required before construction is started on the new building. Demolition of Buildings 1805 and 1807 will be deferred until construction is complete on the new building in order to phase the occupancy of the administration areas. The total demolition area is 5000 SF The Four-Bay Maintenance Facility contains approximately 3784 SF of administrative space and 5166 SF of munitions maintenance area consisting of four drive-through bays for a total of approximately 8950 SF. Three of the walls separating the bays will be Substantial Dividing Walls or “Blast Walls”, which are required for prevention of propagation of burning reactions. The new facility will be constructed utilizing a pre-engineered building structure with a 3:12 pitch metal roof and metal siding. Interior partitions in the administration area will be metal studs with gypsum board. Floors will be carpet in the offices and VCT in the corridors and break rooms. Restrooms and locker rooms will have ceramic tile floors. Specialized equipment in the maintenance bays includes low and high-pressure air and 400hz power for support of portable air ground equipment. A catenary lightning protection will be provided for the Four-Bay Maintenance Facility. The third and fourth buildings are each 2080 square foot munitions storage igloos. The storage igloos will have reinforced concrete bearing walls with reinforced concrete roof, floor and foundation systems. The structures will be earth covered and will feature blast-resistant steel doors, explosion-proof lighting, exterior security lighting, an intrusion detection system, and a catenary lightning protection system. The work for each new building includes communication and fire protection systems, all supporting utilities, and site work consisting of parking aprons, access drives, and landscaping. The estimated cost of this acquisition is between $6,000,000 and $6,750,000. 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, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available 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. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant federal government construction experience within the last 3 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Recent and relevant construction experience with munitions storage facilities. Specifically, reinforced concrete construction, blast-resistant steel doors, intrusion detection systems, and catenary lightning protection systems. 3. Recent experience working in a high security area such as a Weapons Storage Area on a federal government facility. All workers will be subject to, and must pass a thorough background screening process prior to being granted access to the Weapons Storage Area. 4. Include proof of bonding capacity in excess of $8 Million. 5. Provide proof of SBA certification for either 8a or Hub Zone 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-or-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 market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not 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 8(a), Service Disabled Veteran, or HubZone small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Kevin Logan at kevin.logan@navymil or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Kevin Logan, Code OPT2ACQKL, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses must be received by this office no later than May 31, 2006 by 3 pm, EST. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JUL-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467/N62467-06-R-0104/listing.html)
 
Place of Performance
Address: Shaw Air Force Base, Sumter, South Carolina
Country: United States
 
Record
SN01096908-F 20060726/060724223027 (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.