Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOURCES SOUGHT

Y -- Design/Bid/Build services for P-028, Marine Corps Reserve Center in Brunswick, ME for A Company, 1st Battalion, 25th Marines, 4th Marine Division

Notice Date
11/10/2009
 
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
N4008510R9413
 
Response Due
12/10/2009
 
Archive Date
12/25/2009
 
Point of Contact
Sharon Walls (757)444-0585sharon.walls@navy.mil
 
E-Mail Address
la
 
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/Bid/Build services for P-028, Marine Corps Reserve Center in Brunswick, ME for A Company, 1st Battalion, 25th Marines, 4th Marine Division The contract will provide: Project scope was derived using UFC 2-000-05N Space Criteria for Marine Corps Reserve Centers Training and Administrative Building for category code 171-15. The facility size was based on design strength of 188 personnel and BRAC square footage guidance. The reserve Training Center will be a one-story steel framed structure with concrete foundation, concrete slab floor, masonry walls, hollow-metal doors/frames with hardware, sloped metal roofing system, fire protection system, heating, ventilation, and air conditioning systems. A specialty constructed weapon's storage area, assembly hall, classrooms, locker and shower rooms, workshops, and electrical and mechanical utilities that include a fuel oil tank. Construction will also include security lighting, paved tactical vehicle parking with perimeter fencing, paved privately owned vehicle parking, and security lighting systems. Sustainable design will be integrated into the design, development, and construction of the project in accordance with Executive Order 13123 and other directives. The construction and siting will comply with all applicable UFC Anti-Terrorism/Force protection (AT/FP) guidance for a primary gathering facility. Facility to be constructed on land intended for MEARNG acquisition upon closing of base. The magnitude of this construction project is between $8,000,000 and $13,000,000. 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 prior to 30 July 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. 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. (2) Company Profile to include the following:1. Number of employees.2. Office location(s).3. Available bonding capacity per contract.4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT 10 December 2009, NLT 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, NE IPT9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214)Norfolk, Virginia 23511-3689Attn: Carmella Speer Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Sharon Walls either by email at sharon.walls@navy.mil or phone 757-444-0585 or Carmella Speer by either email at carmella.speer@navy.mil or telephone 757-444-0696.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R9413/listing.html)
 
Record
SN02001762-W 20091112/091110235700-b1f0b18a5cf32b1a0f28e85d8ad15563 (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.