Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOURCES SOUGHT

Y -- P652 VMMT-204 Maintenance Hangar, Phase 3, Marine Corps Base, Camp Lejeune, North Carolina

Notice Date
2/25/2010
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R3230
 
Response Due
3/22/2010
 
Archive Date
10/31/2010
 
Point of Contact
(Primary) Keith Logan - 757-322-4080Sharon Taylor - 757-322-8285
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. 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 & Design-Bid-Build construction services for an aircraft maintenance hangar and air traffic control tower. Aircraft Maintenance Hangar - Design-Build - Construct a multi-story aircraft maintenance hangar (46,263 square feet) addition, to provide hangar bay, shop space, flight line operations and maintenance functions. The hangar addition will join the existing aircraft parking apron, and will include a multi-story crew/equipment/admin area at the rear of the hangar bay. Primary facility will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof. The roof will be a standing seam metal roof over rigid insulation on steel deck supported by steel joists. Second floor framing will be concrete on steel floor decking. Exterior walls will be metal siding on the hangar bay and concrete masonry on the operations /administrative area, with thermally efficient windows and doors. Ground floor will be slab on grade with pile foundation and includes embedded grounding grid and floor drainage system in the hangar bay. Hangar door will be a Fabric Hangar Door. Electrical systems will include fire protection (fire pump, sprinkler and AFFF), electrical distribution lighting and communication features, to include Naval Aviation Logistics Command Management Information System (NALCOMIS) and weather vision systems. Mechanical utilities include water sewer, gas distribution, air conditioning, and connection to existing oil water separator. Site preparations include excavation, grading, pavement, access flight-line fencing. Built-in equipment includes infrastructure for a 5 ton bridge crane. This project will include the demolition of Building AS-504. Sustainable design principles will be included in the design and construction of the project in accordance with the Energy Policy Act of 2005. Air Traffic Control Tower - Design-Bid-Build - Demolish the top portion of the existing Air Traffic Control Tower and extend it 20 feet higher. The tower's HVAC system will be upgraded to provide redundant system and updated ventilation system for the cab. The target award estimate for this project is $27,000,000. All service-disabled veteran-owned small businesses, certified HUBZone, small businesses, and certified 8(a) 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 no later than September 30, 2010. 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 size (value), scope and complexity 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 location(s), available bonding capacity up to $27,000,000, DUNS number, CAGE ! Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 22 MARCH 2010, BY 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: Keith Logan); 6506 Hampton Blvd., Bldg. C, Room 1020, Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice should be addressed to Keith Logan by email at keith.o.logan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R3230/listing.html)
 
Record
SN02077033-W 20100227/100226095232-efae6ffc19dd2f95aa0c4a25e353fc6a (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.