Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOURCES SOUGHT

Z -- Bridge Repair

Notice Date
5/22/2007
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40083-07-R-3013
 
Response Due
7/12/2007
 
Archive Date
7/27/2007
 
Description
This is a sources sought announcement; market survey for information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. There is no bid package or solicitation. Naval Facilities Engineering Command Midwest (NAVFACMW) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone, and or Service Disabled Veteran-Owned Small Business (SDVOSB) firms with current relevant qualifications, experience, personnel and capability to perform at locations serviced by NAVFACMW. Firms responding to this sources sought announcement must be located in Wisconsin, Michigan, Ohio, Indiana, Minnesota, or Illinois (Region 5). This project will be Design Build Construction. The work covered consists of designing and repairing by replacement much of the existing bridge S-114H with similar steel beam and reinforced concrete structure. The project also includes replacing the existing utilities that are inside and attached below the deck of the bridge S-114H. The bridge is located near the southwest entrance of the main Naval Health Clinic area at Naval Station Great Lakes, Il. The Navy Bridge Team inspection completed in 2006 indicates that the bridge needs major repairs and replacement of major components due to extensive deterioration, concrete spalling and the deterioration of the exposed and rusting steel re-enforcing rods. The replacement bridge will provide adequate loading capacity of 25/40 tons for 3S2 type trucks. This bridge will be approximately 70% replaced with another steel and reinforced concrete structure. The bridge qualifies as an historic structure. The State Historic Preservation Office has approved the work to be accomplished on this project. Contractor to provide a temporary pedestrian walkway, spanning the road, creek and ravine will be provided. The bridge is 270 foot long and spans 50 feet above a road, creek and ravine. The North American Industry Classification System (NAICS) Code is 237310. The Commercial and Institutional Building Construction with a Small Business Size Standard is $31 million. All work is to comply with local, Federal and State codes. The estimated performance period is 365 days. The anticipated range is between $1 million and $5 million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. Award of Phase I will be made based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 30 June 2007, and the estimated proposal due date will be on or about 31 July 2007 Interested sources are invited to respond to this sources sought announcement by using the form provided under separate file titled Sources Sought Information Form. Each firm shall complete page one of the form and then provide up to five projects that best demonstrate the company?s experience relative to the type of work covered by this announcement. Depending on the quality of the responses received, the government MAY invite respondents to present oral presentations of their firms capabilities. Submit a maximum of 5 projects describing the following: 1. Experience: Describe the government and or commercial contracts your firm has completed in the last 5 years showing your experience in designing and construction, renovation, demolition and repair work. For each of the projects submitted for experience provide the title, location, whether prime or sub-contractor work, contract or sub-contract value, type of contract, if design build, contract completion date, customer point of contact including phone number and a narrative description of the services provided by your firm. 2. Identify whether your firm has an in house engineering capacity or uses an A/E firm to provide design services. Indicate whether you have an established working relationship with the design firm. 3. Bonding capacity: Provide surety?s name, your firm?s maximum bonding capacity per project and your aggregate maximum bonding capacity. 4. Identify whether your firm is an SBA certified 8(a) firm. You must be an approved SBA 8(a) firm (including Mentor-Prot?g? Joint Venture firms) at time of this sources sought announcement to submit a response and be considered a valid contractor. For more information on the definition or requirements for these, refer to: http://www.sba.gov. Please respond to this announcement no later than 2:P.M. on 14 may 2007, local time by submitting to: Department of Navy, 201 Decatur Ave, Building 1a, (third floor, north end) Great Lakes, Il 60088-2801, attn: LaMar Sims. You may email your response to LaMar Sims at lamar.sims@navy.mil. Be advised that if you do email your response and if there is a problem electronically, you will not be relieved of your responsibility to respond on time. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and or results will be issued to the participants. See SOURCES SOUGHT INFORMATION CONSTRUCTION CONTRACT pages 1 & 2 attached. These must be completed per instructions in this announcement in order to be considered.
 
Place of Performance
Address: Department of The Navy, NAVFACMW, 201 Decatur Ave., Building 1A, Great Lakes, Illinois
Zip Code: 60088-2801
Country: UNITED STATES
 
Record
SN01300648-W 20070524/070522221718 (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.