Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOURCES SOUGHT

Y -- Design/Build P451 Officer Training Command (OTC) Quarters, Naval Station Newport, Rhode Island

Notice Date
7/22/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R7058
 
Response Due
8/6/2009
 
Archive Date
8/21/2009
 
Point of Contact
Judy Biboum, 757-444-0684Deborah Abell, 757-444-0585
 
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 business firms capable of performing construction services for the following project for DESIGN/BUILD P451, OFFICER TRAINING COMMAND (OTC) QUARTERS, NAVAL STATION NEWPORT, RHODE ISLAND Description of proposed project: This project is to construct a new "high rise", multi-story, structural steel framed building with double-loaded corridors, concrete foundation, brick exterior faade, concrete-filled metal deck floors and insulated metal roof deck with EPDM roofing. The new building will be ~118,500 SF in total size and will contain a total of 116 "2+2" modules with four OTC students assigned per module for a total of 464 OTC students berthed. The new building will also contain the required common areas to include circulation and corridors, stairs, laundry facilities, utility rooms, multi-purpose spaces, vending areas, storage and janitorial closets, linen sorting and storage, and a loading dock. The new building will also contain the training and administrative support space for the OTC Command and administrative staff (~6,100 SF in total administrative space within the primary facility). The new facility will include all utility (water, sewage, electric) and mechanical (HVAC) systems, fire alarm and suppression systems, elevator, telephone, Local Area Network (LAN), cable TV and other information technology (IT) systems. Supporting facility requirements include all associated site work, utilities, vehicle parking, landscaping, and Anti-Terrorism/Force Protection (AT/FP) measures including progressive collapse. The new facility will be designed and constructed to comply fully with the requirements of seismic use group I, design category B; the Energy Policy Act of 2005; Low Impact Development (LID); and an overall U.S. Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) Silver Level certification. Also, as part of this project, a "grinder" area (paved area for formations, marching, and physical training) and two satellite student parking lots will be constructed. In addition, an existing above-ground ammunition storage magazine (Building 1287) will be relocated to another site that is prepared under this project. Also, the existing Nimitz Hall (Bldg 197, with a total of ~143,000 SF) will be completely demolished and the former building site properly restored under this project. Finally, the construction of the new building and the demolition of Nimitz Hall may also include the potential remediation, clean-up, and disposal of various hazardous materials (to include, but not limited to, asbestos and asbestos-containing materials, lead based paint, mercury-containing electrical equipment, and contaminated soils) IAW all governing environmental laws and regulations. The contract to budget amount is $47,220,000.00. 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. 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 in April 2010. 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 FIRST 10 PAGES WILL NOT BE CONSIDERED. The 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 (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. Ensure this relevant experience includes examples of all work described in the project above. (2) Company Profile to include:1. Number of employees.2. Office location(s).3. Available bonding capacity per contract.4. DUNS number.5. CAGE Code.6. A statement regarding small business designation and status.This information shall be included in a single cover sheet and included as the first page of your submittal. RESPONSES ARE DUE NLT 6 AUGUST 2009, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission of the statement of capabilities package will not be accepted. The package shall be sent, by mail or hand carried, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214)Norfolk, Virginia 23511-3689Attn: Judy I.-P. Biboum Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Judy Biboum either by email at Judy.Biboum@navy.mil or phone 757-444-0684.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R7058/listing.html)
 
Place of Performance
Address: Naval Station Newport, Newport, RI<br />
Zip Code: 02841<br />
 
Record
SN01883990-W 20090724/090722235956-e834d8caadcb6cc3f73d103e28351996 (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.