Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOURCES SOUGHT

Y -- Aircraft Component Maintenance Shop, Naval Air Station, Corpus Christi, TX

Notice Date
6/15/2007
 
Notice Type
Sources Sought
 
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-SC3
 
Response Due
7/9/2007
 
Archive Date
7/11/2007
 
Description
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-SC3-Aircraft Component Maintenance Shop. 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 Design Build Construction contract for Aircraft Component Maintenance Shop, Naval Air Station Corpus Christi, TX within the next several months. EVALUATION CRITERIA - Provide information on your firm?s experience, past performance and financial strength to handle this contract. 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. 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- 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 - Construct a 53,400 SF Aircraft Component Maintenance Shop to include flight critical parts inspection and treatment spaces, special foundations, Supervisory Control & Data Acquisition (SCADA), air conditioning and Building Information Systems. This Non-Destructive Testing Facility will provide state-of-the art aviation industry dynamic processes for a Lab, Engine Paint and Shot Preen area. Included in the building construction are overhead cranes and a monorail system. Collateral equipment will be purchased and installed by others. The building must be able to withstand 130 MPH winds. Supporting facilities include site utilities, paving, walks, curbs and gutters. The completion time required for this project is approximately 540 calendar days. The estimated cost for this project is between $8,700,000 and $9,700,000. THE DEADLINE FOR SUBMITTING THE ABOVE CRITERIA IS MONDAY, 9 JULY 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, Attn-Ms. Susie Conner, Code IPTGCSC, 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
SN01320402-W 20070617/070615224029 (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.