Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOURCES SOUGHT

Y -- Design/Build Construction of Pascagoula Laboratory

Notice Date
12/6/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NAAJ5731-7-99999WJB
 
Response Due
12/18/2006
 
Archive Date
1/2/2007
 
Description
This Sources Sought Notice is issued for the purpose of identifying and determining the availability of sources capable of performing design/build (DB) construction services. These services are required for the National Oceanic and Atmospheric Administration (NOAA) Pascagoula Laboratory Project in Pascagoula, MS. Project Scope: The proposed project is new construction of approximately 51,000 gross square feet to house laboratory, support services, and administrative functions of NOAA's National Marine Fisheries Service (NMFS) Mississippi Laboratories and National Seafood Inspection Laboratory (NSIL). The building footprint limitation will probably require a two-story structure plus an equipment penthouse to provide the necessary space. This structure will be used for cutting edge marine science and technology research and should be designed to facilitate and reflect those activities. Proactive and preventive hurricane survivability measures are mandatory for this structure. Additionally, it must meet a minimum sustainability requirement of Silver on the Leadership in Energy and Environmental Design (LEED) certification scale of the U.S. Green Building Council. The work will consist of design and construction of the new facility and associated parking on the proposed construction site based on a schematic level description of requirements. The maximum available funding for all design and construction effort is $22.0 million. Occupancy is planned for mid-2009. Basis for Evaluation: Responses to this announcement will be used to determine whether there are enough qualified DB small business sources to permit a small business set-aside (SBSA) acquisition or whether a full and open competition will need to be conducted for this action. Submissions will be evaluated based on the following criteria presented in descending order of importance: 1. Documented recent experience in DB construction of laboratories, full-service hospitals, or similar facilities to include associated complex heating, ventilation, and air conditioning (HVAC) systems. 2. Documented experience in performing and successfully completing comparable projects in the post-Hurricane Katrina/Hurricane Rita stricken areas of the Gulf Coast states. 3. Proven established subcontracting relationships in the Gulf Coast states region on comparable recent projects. 4. Proven ability to successfully complete comparable recent projects at the required quality level, on schedule, and within budget. 5. Documented LEED experience on comparable projects. Submission of Responses: Sources can be a partnership, corporation, association, or other legal entity having full contractual responsibility for the project. To be responsive to this sources sought notice, interested parties must submit the following documentation: 1. Evidence of successful experience on DB projects of similar type and scope during the past ten years. Evidence must include contract numbers, project titles, total project dollar values, and points of contact with current contact information to include telephone and facsimile numbers and e-mail addresses. More importance will be assigned to more recent experience. 2. Evidence of experience in performing and successfully completing comparable projects in the post-Hurricane Katrina/Hurricane Rita stricken areas of the Gulf Coast states. 3. Evidence of established subcontracting relationships in the Gulf Coast states region on comparable recent projects. 4. Evidence of ability to successfully complete comparable recent projects at the required quality level, on schedule, and within budget. 5. Documented LEED experience on comparable projects. 6. Evidence of current Central Contractor Registration (CCR) documenting size status and other socioeconomic qualifications. 7. A positive statement of intention to submit an offer as a prime contractor under any resulting solicitation. 8. Evidence of bonding capacity at the maximum anticipated value of this project. Submissions provided in response to this notice will not be returned. All submissions received will be evaluated by qualified NOAA professionals. A determination by the Government to restrict competition for this project based on responses to this notice is solely within the discretion of the Government. This is not a request for proposals. Nor is it an offer to contract or a Phase One solicitation for qualification statements. This announcement does not create any obligation whatsoever on the part of the Government. The Government does not intend to award a contract on the basis of responses to this notice nor otherwise pay for the preparation of any information submitted in response to this notice. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Government?s evaluation of the information received. It is anticipated that a single best value negotiated solicitation for the entire DB process will be issued for this project. It is expected that it will result in a firm fixed-price contract award. Submissions in response to this notice must be received not later than Monday, January 8, 2006, at 3:00 p.m. CST.
 
Place of Performance
Address: National Marine Fisheries Service, 3209 Frederic Street, Pascagoula, MS
Zip Code: 39567-4112
Country: UNITED STATES
 
Record
SN01191474-W 20061208/061206220228 (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.