Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOURCES SOUGHT

Y -- Sources Sought Notice for Design-Build of 3rd Army- Headquarters Building, Shaw AFB, SC

Notice Date
7/18/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 902 P. O. Box 30 Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N694503RDARMY
 
Response Due
8/15/2008
 
Archive Date
8/30/2008
 
Point of Contact
Selethia Middleton 904-542-6180
 
Small Business Set-Aside
N/A
 
Description
Sources sought for Design-Build of 3rd Army- Headquarters Building, Shaw AFB, SC THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN 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. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone, Service Disabled Veteran-Owned Small, and/or Small Business sources only with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The proposed project will construct a 321,234 square foot HQ Building, 25,888 square foot Company Operation Facilities, 14,920 square foot Vehicle Maintenance Shop, Organizational Vehicle Parking area, and various support facilities. The upper limit cost for the project is approximately $109,000,000. The contract will be for a term of less than three years. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $31.0 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone, Service Disabled Veteran Owned, or Small Business contractors: first priority, or whether to issue a solicitation as full and open competition (unrestricted): second priority. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last five years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: BRAC realignment dictates that the 3rd Army Headquarters must be moved and be operational at Shaw AFB by 15 September 2011. There are no existing facilities at Shaw AFB that can be used for this purpose, and a new headquarters building and support facilities are required to continue the 3rd Armys current mission. The new Headquarters building will be based on the standard design UFC 4-140-03 Command and Control Facilities, Division through Command (ACOM) Levels dated 18 September 2007. These facilities will provide sufficient space and communications connectivity to conduct routine staff activities, crisis action planning, command and control operations, training exercises, and command conferences. Required support facilities include a Special Troops Battalion (STB) Building; Headquarters, Headquarters Company (HHC) Building; Tactical Vehicle Parking; Container Storage; and Government and Privately Owned Vehicle Parking. 1. Provide examples of projects worked as a Design/Build prime contractor within the last three years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 2. Provide recent project examples demonstrating design experience of warehouse design. Include unique or innovative design solutions of interior spaces and exterior site design that reflect the architects comprehensive knowledge of this type of facility design. 3. Bonding Capacity: Provide suretys name, your maximum bonding capacity per project, and your maximum aggregate bonding. 4. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, Service Disabled Veteran-Owned small business, or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 2:00 PM(EDT), 15 August 2008, via email to selethia.middleton@navy.mil <mailto:selethia.middleton@navy.mil`>. The subject line of the email shall state: 3rd Army Headquarters, Shaw AFB, SC. Responses that do not meet all requirements or submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f86e364af0d6c3b4b4559f1f91a3de91&tab=core&_cview=1)
 
Record
SN01618345-W 20080720/080718222525-f86e364af0d6c3b4b4559f1f91a3de91 (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.