Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOURCES SOUGHT

Z -- RECOVERY--Z--Design/Build RM211-08, Modernization of Central HVAC Plant, Naval Support Activity, Norfolk, VA.

Notice Date
5/18/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5048
 
Response Due
5/27/2009
 
Archive Date
6/11/2009
 
Point of Contact
Holly Manning, Contract SpecialistEmail: holly.manning@navy.mil Phone: 757-322-1030
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Design Build services for RM211-08, Modernization of Central HVAC Plant, Naval Support Activity, Norfolk, VA. The purpose of this contract is to renovate and upgrade the existing building systems in Building SC-1 and provide new distribution piping from the chilled water plant and hot water plant to Buildings SC-4 and SC-400. Building SC-1 is approximately 135,000 SF and the building's systems shall be replaced in phases (approximately fourteen phases). The rest of the building not under construction shall remain operational during construction including all building systems. Because of this requirement there will be an extreme amount of coordination required and temporary connections and controls between existing and new systems. Furthermore, a temporary chiller plant and boiler plant will be required during the mechanical room renovation. This will be a complex project to accomplish in phases because the existing mechanical systems in the building are two-pipe fan coils and the building is being converted to four pipe fan coils. Prior to moving to the next phase of the project the phase of the project under construction shall be complete and useable. Prior to any construction, the building systems for the entire building will be fully designed with an emphasis on phasing. The distribution piping from the chilled water plant and hot water plant in Building SC-1 to Buildings SC-4 and SC-400 shall be tied into existing two pipe systems. A general list of things to renovate and upgrade with this project are as follows: Hazardous Material: Remove the hazardous material in Building SC-1. Mechanical: Remove and replace the HVAC (Heating, ventilation, and air conditioning), ducting, piping (ranges in sizes from "-8"), two five hundred ton water cooled chillers, cooling tower, approximately 300 fan coil units, and air handling units (ranges from 6-15 tons), controls along with all appurtenances. Provide three gas-fired hot water boilers (approximately 1800 MBH each). Electrical: Remove and reinstall the existing lights and provide power modifications to match mechanical system upgrades. Fire Suppression: Provide a sprinkler system throughout the building. Fire Alarm: Remove and replace the existing fire alarm system with an addressable fire alarm system. Ceilings: Remove all ceilings to allow access for the mechanical and electrical work and provide new suspended acoustical tile and suspended gypsum board ceiling systems. This work will also include the removal of all previously abandoned in place plaster and tile ceilings located above other ceilings. Some areas will require the removal of gypsum board soffits and replacing with new. New suspended gypsum board ceilings shall be provided in the auditorium. Building Addition: The current mechanical room is not large enough to handle the new chiller/heating plant. An addition with two rooms will be added to the mechanical room to house the heating plant and fire pump. Roof: Roof work shall be limited to support of mechanical work including penetrations and supports for mechanical equipment on Building SC-1 and the roof work associated with the heating plant addition. Interior Miscellaneous: Painting surfaces to match adjacent where ceilings are being replaced and equipment is being removed. Match adjacent floor coverings and wall covering where equipment is be replaced. Auditorium: The work in the auditorium includes new interior doors, frames and hardware; new carpet and resilient flooring; new ceramic tile flooring and wainscots in the toilets; wood base; wood chair rail and crown molding; painted walls and ceilings; new toilet room; glass rails at balcony; new proscenium opening and curtain; new control room and green room; new stairs from stage; new fire extinguisher cabinets; fabric wall panels; and wood wall panels.Auditorium Lighting: Provide new house lighting, aisle lighting, and dramatic stage lighting system. Dramatic lighting systems include front lighting, foot lighting, spot lighting, follow spot lights, beam lights, and flood lights, and manual and programmable lighting control system. Lighting systems should be flexible to accommodate various performance venues in the Auditorium. Emergency lighting shall be incorporated into the lighting control system. The target award for the base price and all options is $18.2 million. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. 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 Government's best interest. This office anticipates award of a contract for these services by 30 October 2009. The appropriate NAICS code for this procurement is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis 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 ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is! requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include the following:1. Number of employees.2. Office location(s).3. Available bonding capacity per contract. (Must be able to bond up to the target award of this project)4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT MAY 27, 2009 @ 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, HR IPT9742 Maryland Avenue (Building Z-140, Room 117)Norfolk, Virginia 23511-3689Attn: Holly Manning Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Holly Manning via email at holly.manning@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5048/listing.html)
 
Record
SN01821231-W 20090520/090518235112-0c708df1990c54092b083ab3e596ed27 (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.