Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOURCES SOUGHT

Y -- MILCON P1096 Design Bid Build to Construct Phase III of Marine Corps Base (MCB),Camp Lejeune, North Carolina, Municipal Solid Waste Landfill Facility

Notice Date
2/8/2008
 
Notice Type
Sources Sought
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV. NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R1413
 
Response Due
2/28/2008
 
Point of Contact
Karen Donald 1-757-322-8282 (Primary) Jim Kanash 1-757-322-4158 (Alternate) Elloise Hitshew (Alternate) 1-757-322-4088 Sharon Taylor 1-757-322-8258 (Alternate)
 
Description
This Design Bid Build project is to Construct Phase III of Camp Lejeune's Municipal Solid Waste Landfill Facility by providing three new composite, lined, sanitary landfill cells of additional waste disposal area. Extension of the existing leachate collection and electrical systems from the existing landfill cells to serve the new cells is included under this project. Project also provides a 10-foot-high chain link fence around the outer perimeter of the planned Phase III, as well as landfill cells constructed under Phase I (P-948) and Phase II (P-079) to prevent trash from escaping the landfill and entering adjacent military training areas such as Engineer Training Area 3. Paving and site improvements include the widening of Piney Green Road, culverts for road crossings at Wallace Creek and Bearhead Creek, associated intersection improvements, and directional signage. Site preparation includes earthwork, grading and landscaping, and stormwater management--including 2 feet of fill across the entire 12-acre footprint of the planned landfill space. This action will ensure the base of the landfill is greater than four feet above the seasonal high groundwater table in accordance with State and Federal environmental regulations. Wetland mitigation and erosion control are provided as well. The Magnitude of this Construction Project is Estimated between $10,000,000 and $25,000,000 All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in August 2008. The appropriate NAICS Code is 236220 with a size standard of 31 million dollars. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicated whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of employees, annual receipts, office location(s), available bonding capacity in excess of $16,000,000 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company?s ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, NC IPT (Attn: Karen J. Donald), 6506 Hampton Blvd, Norfolk, VA 23508. Responses must be received no later than 2:00 pm Eastern Standard Time on 28 February 2008. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Karen Donald at the above address, via email at karen.donald@navy.mil, or via phone at 757-322-8282.
 
Record
SN01504548-W 20080210/080208230344 (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.