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 -- USAF Navigator Training Hangar and Applied Instruction Facility, Naval Air Station, Pensacola, FL

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-SC2
 
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 RESPONSE/DUE DATE: THE RESPONSE/DUE DATE HAS BEEN EXTENDED TO TUESDAY, 10 APRIL 2007 AT 12:00pm/LOCAL TIME. THE LOCATION FOR SUBMITTING YOUR RESPONSE HAS CHANGED ALSO. THE ADDRESS FOR SUBMITTING YOUR RESPONSE TO THIS SOURCES SOUGHT MARKET SURVEY IS: ATTN: BRIAN T. DeLUMEAU, NAVAL FACILITIES ENGINEERING COMMAND SOUTHEAST, BUILDING 103, NAVAL AIR STATION JACKSONVILLE, JACKSONVILLE, FL 32212-0030. 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-SC2. 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 a USAF Navigator Training Hangar project and a Applied Instruction Facility during the next 12 months in the Pensacola, FL Region for the following types of work. The USAF Navigator Training Hangar project has a value between $30 - $35.5 million and the Applied Instruction Facility has a value of $10 - $13 million. This project will be under strict schedule constraints. The project is the result of moving an important USAF flight training Command from Randolph AFB in San Antonio TX to NAS Pensacola FL. Project delays will result is a severe disruption to this critical Military mission. PROJECT REQUIREMENTS INCLUDE THE DESAIND AND CONSTRUCTION OF MULTIPLE COMPLEX BUILDINGS-- The USAF NAVIGATOR TRAINING HANGAR will be over 90,000 FT2 involving Office spaces, classrooms, warehouses, explosives and flammable storage, and structurally complex large open hangar spaces. The resultant large hangar doors will require a large span to maximize hangar efficiency and minimize construction costs. The over 50,000 FT2 CSO Applied instruction Facility will require classrooms, office spaces, a SCIF, multiple communication requirements, and a large open structurally complex simulator bay area. THE FUEL CELL MAINTENANCE HANGAR requires Offices, extensive fire protection requirements and a large structurally complex open hangar area. Additional requirements include the design and construction of a CALA and Engine test pad. The Design/Build contractor will be required to provide the design and construction of an existing space and demolition of a small building. INDICATE CAPABILITY IN THE BELOW-- 1. Design/build contracts for new, single or multi story buildings and additions and renovations to existing buildings. Buildings will include a wide range of facility types found on military installations; i.e. community support, operational, housing, morale/recreation/welfare, administrative, classroom, storage, etc. and/or 2. Repairs to all types of buildings typically found on a military installation. and/or 3. Demolition of all types of buildings and structures typically found on a military installation. EVALUATION CRITERIA--Identify which type(s) of contract you are interested in (i.e. design/build, repair, or demolition) and provide information on your firm?s experience, past performance and financial strength to handle these contracts. Also provide information on your logistics plan, 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. PROVIDE INFORMATION CONCERNING YOUR EXPERIENCE ON SIMILAR PROJECTS AND HOW WELL YOU PERFORMED ON THOSE PROJECTS INCLUDING THE FOLLOWING-- a--Up to three similar projects with one being completed within the last 3-years-keep, to include a description of the project, construction cost, completion date, information demonstrating satisfactory performance, schedule compliance and contact information for references. For design/build projects, 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. b--Describe your design/build experience. PROVIDE THE FOLLOWING FINANCIAL INFORMATION-- A-Letter from your surety indicating your bonding capacity for a single project and total aggregate bonding capacity. B-Letter from your bank specifying the amount of your line of credit and amount available under this line. C-Provide the first page of your Central Contractor Registration (CCR) profile from www.ccr.gov. D-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). PROVIDE NARRATIVE OF A LOGISTICS PLAN THAT ADDRESSES THE FOLLOWING-- A-Identify major materials, including likely sources and storage locations for equipment that will require long lead time and large volumes B-Identify the strategy for berthing and meal provisions of the entire workforce PROVIDE A STAFFING PLAN THAT ADDRESSES THE FOLLOWING-- A-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 1-Provide resumes of key personnel. 2-Identify the A/E firms that you anticipate using on future design/build projects. 3-Identify work that will be typically self performed as well as necessary subcontractors 4-Indicate relationship that exists with the subcontractors or the means in which others will be established 5-Provide evidence that you can provide an appropriate workforce (skilled & unskilled) in this market. 6-List a/e firms that small businesses have worked w/in the past. 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. THE DEADLINE FOR SUBMITTING THE ABOVE CRITERIA IS TUESDAY, 10 APRIL 2007 at 12:00pm/LOCAL TIME. The Number of Submittals required is ONE Original with TWO Copies. Electronic submissions will not be accepted.
 
Place of Performance
Address: NAS PENSACOLA, FLORIDA
Zip Code: 32508
Country: UNITED STATES
 
Record
SN01262333-W 20070331/070329222722 (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.