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
SOURCES SOUGHT

Z -- BUILDING W-200 MODERNIZATION, WASHINGTON NAVY YARD, NAVAL DISTRICT WASHINGTON, WASHINGTON DC

Notice Date
3/29/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0007
 
Response Due
4/12/2007
 
Archive Date
4/27/2007
 
Description
The Naval Facilities Engineering Command, Washington, DC is seeking eligible small business firms capable of performing design-build services for the full building renovation and modernization of Building W200 at the Washington Navy Yard, Washington, DC including programming, design, base building renovations, and fit out of tenant spaces. The existing building consists of 21,461 gross square meters. The total area for this facility at the conclusion of renovations will provide 25,983 gross square meters. The scope of the project entails: (1) total renovation of W200 to accommodate spaces for SSP & NIPO, and other designated Navy tenants (NCIS, OJAG, and others as space permits); (2) bringing facility into compliance with current codes and standards (eg, life safety, ADA/handicap accessibility, ATFP, energy efficiency, etc); (3) relocation of SSP and NIPO from their temporary leased spaces to W200; (4) relocation of some existing W200 tenants to new permanent locations; and (5) provision of swing space for some existing W200 tenants (OJAG, NCIS) who will ultimately remain in W200 after the renovation.. It is the responsibility of the successful design builder to review, validate, and reconcile all tenant program information so that a final approved program will fit within the target gross square meters; the design builder will (after contract award) meet with all tenants and review program information. Tenants include those designated to (1) move into Bldg W200 and (2) move out of Bldg W200, and (3) remain in Building W200. The successful design build contractor will be responsible for validating the information with the existing tenants and proposed tenants and to develop a final space program, including all furniture and equipment needs of those tenants. Full interior design services are required, including furniture and equipment layout, procurement, and installation. In general, the types of spaces required by tenants include admin spaces, open and closed office environments, conference spaces, computer spaces, teaching spaces, SCIF spaces, storage spaces, support spaces, and Naval Exchange/Food. Work also involves exterior site work, utility connections, and hazardous material handling and abatement. W200 exterior and interior renovation shall include the total removal of all existing mechanical, electrical, communications, plumbing, fire protection systems and walls, windows and all architectural finishes, unless noted otherwise. The design builder will develop phasing strategies that will require certain tenants to swing into temporary space (outside W200) and then return, and will allow certain spaces and functions to remain operational during construction with as little disturbance as possible during construction activities. Project construction costs will total in the range of $55 - $65 million. All service-disabled veteran-owned small businesses, certified HUBZone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government?s best interest. This office anticipates award of a contract for these services no later than January 2008. The appropriate NAICS Code is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. The package shall be sent by mail to the following address: Naval Facilities Engineering Command, Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Robert Rounay). Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 12 April 2007. Questions or comments regarding this notice may be addressed to Robert Rounay either by e-mail at robert.rounay@navy.mil or by phone (202) 658-0188.
 
Place of Performance
Address: Washington Navy Yard, Washington DC
Zip Code: 20374
Country: UNITED STATES
 
Record
SN01262335-W 20070331/070329222724 (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.