Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

A -- HANGAR RENOVATION, FACILITY UPGRADES F/A18E/F, MCAS, CHERRY POINT, NORTH CAROLINA

Notice Date
7/2/2008
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40085 Naval Facilities Engineering Command, Mid-Atlantic Attn: Sharon Taylor, 6506 Hampton Blvd. Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R1430
 
Response Due
7/16/2008
 
Archive Date
9/30/2008
 
Point of Contact
SHARON A. TAYLOR, 757-322-8258, sharon.taylor@navy.milELLOISE M. HITSHEW, 757-322-4088, elloise.m.hitshew@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQAUEST FOR PROPOSALS. THERE WILL BE NO SOLICITATION, SPECIFICTIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Hangar Renovations, Facility Upgrades F/A18E/F: Renovate Hangar 130 to accommodate two F/A-18 E/F squadrons. Renovations include reconfiguration of spaces to house maintenance, training, and administrative functions. The renovation will include; fire sprinkler system renovation, AFFF fire suppression installation, fire main water distribution, electrical distribution upgrades, SIPRNET, NMCI, SCIF, restricted access, compressed air upgrades, exterior finish and windows, hangar door upgrades and motorization, hangar bird control, interior space re-configurations and finish, bathroom renovations, hangar floor re-surfacing and re-coating, recoating of the roof, ATFP and site improvements and replacement of deteriorated aircraft pavement adjacent to the hangar. Demolition will include steel framed oxygen cart storage shed, steel framed hazardous materials storage canopy, metal & wood doors and metal frames, steel and aluminum windows, galbestos and metal siding, selected EPDM roofing, galbestos roofing, selected interior walls and partitions, selected interior finishes, asbestos contaminated materials, and lead contaminated materials. The parking apron will be restriped to accommodate twenty parking spaces for F/A-18 E/F aircraft. The project also constructs a single-story operational trainer building of 362 square meters (3,997 sf), to include classroom, raised flooring(12 inches), high bay space, SCIF, classified vault, restricted access, fire sprinkler system, electrical distribution, SIPRNET, NMCI inside and outside infrastructure, mechanical systems, HVAC, sidewalks, anti-terrorism measures, UPS, and site improvements. The project constructs a facility for storing and testing special ordnance devices using the "1760 Cable" to attach to F18 aircraft. The Ordnance OPS will be a single story pre-engineered metal building of 372 square meters (4,004 SF) on a concrete slab. The facility will provide heating and ventilating, storage space, 400 cycle power, 2-ton monorail hoist, compressed air, ATFP, site improvements, and NMCI server space with built-in independent heating and ventilating system, and all interior and exterior NMCI infrastructures. The estimated target award range is over $10,000,000 All small 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 Governments best interest. This office anticipates award of a contract for these services no later than October 2008. The appropriate NAICS Code is 236210. 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, single-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 value, 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 locations(s), available bonding capacity per contract, DUNS Number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 16 JULY 2008 @ 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Sharon Taylor), 6506 Hampton Blvd., Building C, Norfolk, Va. 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 16 July 2008. Electronic or hand carried submission of the statement of capabilities packages will not be accepted. Questions or comments regarding this notice may be addressed to Sharon Taylor either by email at sharon.taylor@navy.mil or by phone (757) 322-8258.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2450dfac2cfc13bca40367f8f1289545&tab=core&_cview=1)
 
Record
SN01606858-W 20080704/080702222647-2450dfac2cfc13bca40367f8f1289545 (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.