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

Y -- STUDENT OFFICER QUARTERS, PHASE 2 of 8, MARINE CORPS BASE, QUANTICO, VIRGINIA

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-0019
 
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 to construct the Student Officer Quarters, Phase 2 of 8 at The Basic School at Marine Corps Base, Quantico, Virginia. The project will construct a multistory reinforce concrete masonry unit (CMU) building with concrete pile foundation and floors, Georgian style cast stone and brick veneer, and standing seam metal roof over structural steel framing. Building provides 250 rooms in the 1+1 E room configuration (125 modules) with semi-private bathrooms and walk-in closets. Community and service core areas consist of laundry facilities, lunges, Company Administrative offices, housekeeping areas and public restrooms. Built in equipment includes a service elevator and closet organization system. Information systems include wiring for local area network (LAN), cable and television (CATV), and telephone. Electrical systems include fire alarms and energy saving electronic monitoring and control system (EMCS). Mechanical systems include plumbing, fire protection systems, and heating ventilation and air conditioning (HVAC). Supporting facilities work includes site and building utility connections (water, sanitary and storm sewers, electrical, telephone, LAN, and CATV). Paving and site improvements include paved parking, sidewalks, roadway access, and landscaping. Sustainable design will be integrated into the design, development, and construction of the project in accordance with Executive Order 13123 and other directives. The project also includes Technical Operating Manuals and Anti-Terrorism/Force Protection features consisting of 8-inch R-CMU exterior walls, 25psi exterior doors, 1-inch blast resistant polycarbonate windows, and 6-inch RC floors, ceilings, and roof. Demolition of existing barracks wing, F-wing of B-24165 (3,840 m2), as well as lead paint and asbestos abatement is included. Project will match existing 2000 series barracks on base per the Base Exterior Architecture Plan (BEAP). Sustainable principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13123 and other laws and Executive Orders. Project construction costs will total in the range of $20 - $30 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 March 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: Marine Corps Base, Quantico, Virginia
Zip Code: 22134
Country: UNITED STATES
 
Record
SN01262336-W 20070331/070329222725 (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.