Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOURCES SOUGHT

Y -- P 1857 Hospital Outpatient Clinic P 1331 Naval Hospital Renovation and MRI Addition

Notice Date
4/12/2010
 
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
N4008509R5305
 
Response Due
4/27/2010
 
Archive Date
8/27/2010
 
Point of Contact
Debbie CoonsContract SpecialistPh: 757-322-4143Email:deborah.coons@navy.mil
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 236220 Category: Y 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 business firms capable of performing Design-Bid-Build construction services for two hospital addition projects in the Camp Lejeune, North Carolina area as follows: P1857 Hospital Outpatient Clinic: This project constructs a 109,000 SF multi-story Clinical Addition to the existing Naval Hospital. The addition will be on a CMU building on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete floors, and flat roofs. The addition will house hospital primary, urgent, and emergency care, pharmacy, and patient administration spaces. The exterior will be constructed of reinforced concrete, steel, and masonry. Sustainable design features will be included in the design, development, and construction of the facility in compliance with Energy Policy Act of 2005, Executive Order 13423, and current Navy energy guidance. Electrical systems include fire alarms and energy saving electronic monitoring and control system (EMCS). Mechanical systems include plumbing, fire protection systems, and heating, ventilation, and air conditioning (HVAC) systems. Information systems will include telephone, local area network (LAN), voice and data communication systems, and secure information systems. Paving and site improvements include exterior site and building lighting, paved parking and roadways, sidewalks, storm water management, environmental protection measures, clearing and grubbing, earthwork, fill, grading, landscaping, and building and roadway signage. This project includes design for Anti-Terrorism Force Protection (ATFP) features and complies with ATFP regulations and physical security in accordance with Military Handbook 1024/1, Unified Facilities Criteria (UFC) 4-010-01 DoD Minimum Anti Terrorism Standards for Buildings. The addition will be handicapped accessible in accordance with ADAAG and American With Disabilities guidance. Project will include technical operating manuals and necessary environmental mitigation. P1331 Naval Hospital Renovation and MRI Addition: This project renovates selective departments of the Naval Hospital and constructs an MRI Addition to meet mission requirements in support of the beneficiaries in the Marine Corp Base Camp Lejeune catchement area. This project will correct deficiencies in existing departments to improve patient access to care and efficiency of hospital operations due to current deficiencies in departmental adjacencies, layout, and patient/staff circulation. The MRI imaging alcove addition replaces the temporary leased MRI trailer. The renovation and MRI addition will be designed, developed, and constructed in compliance with current DoD Unified Facility Criteria (UFC) 4-510-01, UFAS, ADAAG, base architectural guidelines, and Anti-Terrorism Force Protection (ATFP) requirements. Operation and Maintenance Manuals, commissioning, and a Comprehensive Interior Design package are required. The target award range for this project is $25,000,000 and $100,000,000. 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 2010.The appropriate NAICS Codes is 236220. 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 value, size and scope 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 relat! es to the technical services described herein; (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $90,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON TUESDAY APRIL 27, 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: Debbie Coons); 6506 Hampton Blvd., Bldg. C, Room 1034; Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 27 April 2010 Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Debbie Coons, email at deborah.coons@navy.mil or by phone (757) 322-4143.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5305/listing.html)
 
Record
SN02119478-W 20100414/100412234939-004b156c2afc8cecadcfd7230e78b6b4 (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.