Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE FOR MILCON P1096 DESIGN BUILD A CHILD DEVELOPEMENT CENTER (CDC) AT THE MARINE CORPS BASE (MCB) CAMP LEJEUNE, NORTH CAROLINA.

Notice Date
2/13/2008
 
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
N4008508R1414
 
Response Due
3/4/2008
 
Point of Contact
Karen Donald (Primary)(757) 322-8282 Jim Kanash (Alternate)(757) 322-4158 Elliose Hitshew (Alternate)(757) 322-4088 Sharon Taylor(Alternate)(757)322-8258
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic is seeking a Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. This is a Design Build project for a Child Development Center at MCB Camp Lejeune, NC. Construct single-story reinforced Concrete Masonry Unit (CMU) building on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs. Construction will include kitchen and laundry areas, classrooms, offices, toilets, storage spaces, and dedicated NMCI telecommunication rooms. The interior will be finished with a combination of vinyl/quarry tile, carpet, painted concrete masonry unit walls, acoustical tile, gypsum board, and suspended ceilings. Sustainable design features will be included in the design, development, and construction of the facility in accordance with the Energy Policy Act 2005, Executive Order 13423, ASN (I&E) memorandum dated 4 August 2006, and CMC letter dated 8 May 2007. Built-in equipment includes miscellaneous equipment, a covered entrance portico, and a fire pump. Ele ctrical systems include fire alarms, energy saving electronic monitoring and control system (EMCS), and information systems. Mechanical systems include plumbing, fire protection systems, and heating ventilation and air conditioning (HVAC). Supporting facilities work includes site and building utility connections (water, natural gas, sanitary and storm sewers, electrical, telephone, Local Area Network (LAN) cabling and outlet requirements, and closed circuit television cabling and outlet requirements. Paving and site improvements include exterior site and building lighting, paved parking and roadways, sidewalks, storm water management, environmental protection measures, clearing and grubbing, earthwork, fill, grading, landscaping, and building and roadway signage. Also includes miscellaneous playground equipment and new recreation areas. The project provides for design for Anti-terrorism Force Protection (AT/FP) features and complies with AT/FP regulations and physical secur ity in compliance with Military Handbook 1024/1, Unified Facilities Cr iteria (UFC) 4-010-01 DOD Minimum Anti-Terrorism Standards for Buildings. Also includes Technical Operating manuals and necessary environmental mitigation. Project includes demolition of existing temporary modular structures TT87, TT88, TT89, TT91, TT92, TT93, TT94, TT95 and TT97. NOTE: The Telecommunications Infrastructure Standards, Section 271000, Building Telecommunications Cabling System is ?BRAND NAME OR EQUAL? as follows: DISTRIBUTION FRAMES: Equipment Support Frame Racks shall be Siemon?s RS2-07-S; Building Protector Assemblies, Connector Blocks: Insulation displacement type shall be Krone No. 6652-1-880-10, for Category 5e and higher systems; and Patch Panels, Modular to 110 Block Patch Panel shall be Siemon?s CT Couplers No. CT-F-C5-C5-01; TELECOMMUNICATIONS OUTLET/CONNECTOR ASSEMBLIES: CT couplers shall be Siemon?s No. CT-F-C5-C5-20; and Cover Plate shall be Siemon?s No. CT4-FP-20; and INSTALLATION: Work Area Outlets shall be Siemon?s No. CT-F-C5-C5-20 and Jacks, Siemon?s CT-MT-20 containing two multi-mode fibers; and Equipment Support Frame Racks shall be Siemon?s RS2-07-S. The Target Award Amount for this project is $12,445,000 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 $12,445,000 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are 8(a), HUBZone, Service-Disabled Veteran Owned, Woman Owned, and/or Veteran Owned Small Business. 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 1 April 2008. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Karen J. Donald at the above address, via email at karen.donald@navy.mil, or via phone at 757-322-8282.
 
Record
SN01508213-W 20080215/080213224932 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.