Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOURCES SOUGHT

Y -- P150 Design Build Construction of CNAL Replacement Facility, Naval Station Norfolk, Norfolk, VA.

Notice Date
4/2/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510R3052
 
Response Due
4/16/2010
 
Archive Date
5/1/2010
 
Point of Contact
Holly Manning 757-322-1030 holly.manning@navy.mil
 
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 P150 Design Build Construction of CNAL Replacement Facility, Naval Station Norfolk, Norfolk, VA. Scope of Work: 1.This project will design and construct a Flag-Level replacement facility for Building T-26, which serves as Headquarters for Commander, Naval Air Forces Atlantic (CNAL). The proposed building is located in an existing parking lot east of building S-29, south of Gilbert Street, and northeast of building T-26. These two buildings, T-26 and S-29, are a Category 2 contributing resource to the Naval Air Station Historic District. 2.Proposed building will be a three story structure, not to exceed 6,810 square meters total gross area, and will relocate approximately 519 personnel from Building T-26. Massing, materials and characteristics of these adjacent historic buildings will be considered in designing the new facility.3.Construction of this facility will enhance daily operations of CNAL by providing well configured, adequately sized work spaces capable of handling computer and communications technology required while improving workplace quality of life for existing personnel. This facility will be in compliance with the Department of Defense AT/FP and Progressive Collapse Avoidance requirements, and the facility will provide efficiently configured command headquarters, administrative areas, a Sensitive Compartmented Intelligence Facility (SCIF), data processing areas, administrative storage space, support facilities, open work areas, mechanical, electrical, and communications spaces. 4.The building will be supported by deep foundation systems. It will be constructed of composite concrete slab on steel bar joists or beams on structural steel columns, or reinforced concrete slab system with concrete columns. Exterior finishes will include brick veneer and precast concrete or stone masonry accents. The building will also be provided with aluminum windows, tinted low-e glass, a low sloped modified bitumen roof, and exterior building signage.5.Building interior walls shall be constructed of gypsum board on metal stud framing with finishes including painted gypsum board and vinyl and fabric wall covering. All interior walls shall be constructed to span from floor structure to underside of floor assembly above. Interior walls enclosing secure spaces shall be extended to the underside of the deck above. Floor finishes will be terrazzo, carpet, linoleum, and porcelain tile. Toilet facilities shall be provided with full height ceramic tile walls, phenolic partitions, ceramic tile floors, and gypsum board ceilings with moisture resistant paint. Quarterdeck, Lobby and Executive spaces will have upgraded finishes. Refer to Room requirements for specific location of all finishes. 6.Building systems will include, but not be limited to; DDC Controls, fire protection, heating, ventilation, air conditioning, plumbing, and electrical power and lighting. Building utility connections will include, but not be limited to; water, natural gas, sanitary sewer, electricity, telephone, and NMCI.7.Site improvement will include, but not be limited to; on site parking, site lighting, storm drainage, concrete sidewalks, final grading, sod, LID, and utilities related work The Contract to Budget amount for this project is $27,900,000.00 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. 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 September 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 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 contract to budget amount of this project)4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT APRIL 14, 2010 @ 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/N4008510R3052/listing.html)
 
Record
SN02111876-W 20100404/100402235748-452cc63cf9b500f0693942b7dd6771bb (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.