Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
MODIFICATION

Y -- Multiple Contracts at NAS Corpus Christi, TX; and NAS Kingsville, TX

Notice Date
3/29/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N69450-IPTGC-SC1
 
Response Due
4/10/2007
 
Point of Contact
Susie Conner, Contract Specialist, Phone 843-820-5906, Fax null, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
susie.conner@navy.mil, shirley.shumer@navy.mil
 
Description
MODIFIED DUE DATE--THE RESPONSE/DUE DATE HAS BEEN EXTENDED TO TUESDAY, 10 APR 2007 AT 2:00pm/EDT. 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 Reference Number for this Announcement is N69450-IPTGC-SC1. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. CONTRACT TYPES - www.wbdg.org - The Government anticipates awarding multiple contracts during the next 12 months at NAS Corpus Christi, Texas; and NAS Kingsville, Texas ? see project descriptions and estimated construction costs below. Note that some projects are DESIGN-BUILD contracts requiring complete design and construction services and some are CONSTRUCTION contracts which will be constructed from Government-provided plans and specifications. EVALUATION CRITERIA - Identify which projects you are interested in and provide information on your firm?s experience, past performance and financial strength to handle these contracts. Also provide information on your staffing plan and work approach that will give the Government a high level of confidence that the work will be completed within project time and budget constraints and will meet the Government?s quality expectations. A-Provide information concerning your Experience on similar projects and how well you Performed on those projects including the following: 1-Up to three similar projects with at least one being completed within the last 3-years, to include a description of the project, construction cost, completion date, information demonstrating satisfactory performance, and contact information for references. For design/build projects, also include the name of the A/E firm used and your relationship with that A/E; i.e. how many projects you have collaborated on, etc. 2-If you are interested in a design/build project, describe your firms overall design/build experience. B-Provide the following Financial information: 1-Letter from your surety indicating your bonding capacity for a single project and total aggregate bonding capacity. 2-Letter from your bank specifying the amount of your line of credit and amount available under this line. 3-Provide the first page of your Central Contractor Registration (CCR) profile from www.ccr.gov. 4-Identify business category: large or small (if small indicate which if any of the following Federal government sub-categories apply to your firm; Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Small Business, 8(a) certified Small Business or Woman Owned Small Business). C-Provide a Staffing Plan that addresses the following: 1-Organizational Chart that identifies the key personnel and individuals on the project team that show clear lines of authority, responsibility, and communication between corporate staff, key on-site staff, and subcontractor interface 1a-Provide resumes of key personnel. 1b-Identify the A/E firm(s) that you anticipate using on design/build projects. 2-Identify work that will be typically self performed as well as necessary subcontractors 3-Indicate relationship that exists with the subcontractors or the means in which others will be established 4-Provide evidence that you can provide an appropriate workforce (skilled & unskilled) in this market. D-Provide narrative of a Work Approach that addresses the following: 1-Familiarity with the difficulties, uncertainties and risks associated with the work and identify risk mitigation strategies (i.e., long lead items, etc.) 2-Management techniques that have been used for early detection/resolution of issues concerning differing site conditions, customer requested changes, etc. 3-Provide techniques that may be used to minimize time growth. PROJECT DESCRIPTIONS - PROJECT NO. 1 ? REPAIR PARKING APRON, NAS CORPUS CHRISTI, TX IS APPROXIMATELY $3.0-$3.5 million. This construction project includes the repair of parking apron, slab replacement, sealing of joints, crack repair, replacement of grounding rods, and re-striping of airfield markings. The Government will provide a complete design. The Completion Time required for this project is approximately 180 calendar days. PROJECT NO. 2 ? REPAIR NORTH SEAWALL, NAS CORPUS CHRISTI, TX IS APPROXIMATELY $3.0-$3.5 million. The design-build project will consist of all design and construction work necessary to repair and stabilize 4,285 LF of tied-back concrete-capped sheet pile seawall to a depth of 12 FEET using the super-jet grout method of ground improvement. The contractor will stabilize and prolong the usable life of the seawall by providing overlapping super-jet grout columns approximately 10 FEET in diameter and 12 FEET deep along the length of the seawall. The contractor will be required to provide a boom on the outboard side of the seawall to contain byproducts of construction and will be required to remove and properly dispose of such byproducts. The contractor will demolish portions of the existing reinforced concrete apron behind the seawall as necessary to provide ground improvements and will replace the apron with new reinforced concrete. The contractor will clean daily and properly dispose of excess soil-cement that accumulates as a result of the jet grout process. Work may also include repairs to the outboard face of the existing seawalls concrete encasement, including removal of deteriorated concrete, cleaning and replacement of deteriorated rebar, and the application of new concrete. The Completion Time required for this project is approximately 180 calendar days. PROJECT NO. 3 ? AVIATION TRAINER FACILITY, NAS CORPUS CHRISTI, TX is approximately $12.0 - $13.0 million. This design-build project includes the design and construction of a single story steel frame building with a structural slab, pile foundation, tilt-up concrete wall facing, standing seam metal roof on insulated metal deck over steel trusses, and high bay simulator trainer areas - T-44, TC-12, and T-6 simulators. The facility includes spaces for brief/de-brief, instructors, simulator maintenance, administrative support, computer support, mechanical rooms, and two each 1? ton bridge cranes. The facility includes fire protection, environmentally controlled HVAC system, electrical and mechanical utilities, emergency power back-up, telephone-LAN system, parking lot, and site improvements. The project will demolish Buildings 1822 (8,080 SF), 1842 (4,000 SF), and 1843 (4,000 SF). The project will relocate/reconstruct storage buildings 365 (600 SF), 366 (1,200 SF), aircraft washracks, C-12 simulators from Building 1824, T-44 simulators from Building 89, and provide temporary facilities for the displaced Squadron Operations personnel after demolition. The building will conform to Anti-Terrorism/Force Protection standards and incorporate sustainable features. The Completion Time required for this project is approximately 540 calendar days. PROJECT NO. 4 - T-45 FLIGHTLINE RECAPITALIZATION, NAS KINGSVILLE, TX IS APPROXIMATELY $6.0 - $7.0 million. This design-build project includes the design and renovation of several buildings. Hangar 2713 renovations will include modifications to structural steel allowing the restoration of the existing hangar doors, interior and exterior painting, repairs to the electrical, power and lighting, repairs to the existing fire suppression system and the addition of AFFF, and roof repairs. BUILDING 760, which is an historic hangar, will also be renovated by modifications to the structural steel and building skin allowing restoration of the existing hangar doors, repairs to the existing fire suppression system and the addition of AFFF, repairs to the existing electrical, power and lighting system, interior and exterior painting, repairs to the existing plumbing and restrooms. This project also includes the demolition of 5,875 square feet of inadequate warehouse space and replace with 9,400 square feet of new warehouse/shops space on the west side of this hangar, which is an increase of 4,125 square feet of footprint. BUILDING 3786, which is a storage building, will be renovated by repairs to the existing metal roof, electrical, power and lighting systems, repairs to the building exterior finish, the addition of overhead doors, and interior and exterior painting. The Completion Time required for this project is approximately 450 calendar days. THE DEADLINE FOR SUBMITTING THE ABOVE CRITERIA IS TUESDAY, 10 APRIL 2007 at 2:00pmEDT. The Number of Submittals required is ONE Original with TWO Copies. Electronic submissions will not be accepted. The address for submitting your package in regards to this SOURCES SOUGHT Market Survey is ? NAVAL FACILITIES ENGINEERING COMMAND, SOUTHEAST, SOUTH, Attn-Ms. Susie Conner, Code IPTGCAcqSC, P. O. Box 190010, N. Charleston, SC 29419-9010. FOR FEDERAL EXPRESS PURPOSES-2155 Eagle Drive, N. Charleston, SC 29406.
 
Place of Performance
Address: NAS Corpus Christi, TX
Zip Code: 78419
Country: UNITED STATES
 
Record
SN01262332-W 20070331/070329222721 (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.