Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOURCES SOUGHT

Y -- Design-Bid-Build for P1311 Consolidated Infotech/Telecom Complex

Notice Date
4/15/2010
 
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
N4008510R5321
 
Response Due
4/29/2010
 
Archive Date
12/30/2010
 
Point of Contact
Dianne Galloway, Contract Specialist, (757)322-4539
 
Small Business Set-Aside
N/A
 
Description
Title: P1311, CONSOLIDATED INFOTECH/TELECOM COMPLEX, MCB Camp Lejeune, North CarolinaSolicitation Number: N40085-10-R-5321Notice Type: Sources Sought NAICS: 236220, Limits of $33,500,000 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-Bid-Build to construct a Consolidated Information Technology/Telecommunications Complex, location is Camp Lejeune (MCB), North Carolina. The purpose of this project is to construct a Consolidated Information Technology/Telecommunications Complex to include renovations to existing 15,704 SF (bldg 24); construction of a 26,119 SF Communications Administrative Facility; a18,691 SF Communication Services Facility; a 35,770 SF Base Telephone Facility; and a 13,595 Telephone Exchange Building. Other work includes demolition of building 1104, 1105 and 1114 as pare of this contract. These buildings are located in another area of the Base. This work will be phased to allow the personnel who are currently occupying the buildings to move into the new facilities. Extensive site work will be performed to accommodate the four facilities and the addition of a radio tower under a future project. All buildings, roads and parking will be designed to meet AT/FP and LEED requirements as described in this section. The project must be phased to allow staged construction of the buildings and parking to facilitate contractor lay down and Government personnel access to the site and existing facilities. The magnitude of construction range is between $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 this project no later than September 2010. The appropriate NAICS Code 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 construction of multiple work as stated in project description. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size, 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! $40,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON THURSDAY 29 APRIL 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: Dianne Galloway); 6506 Hampton Blvd., Bldg. C, Room 1018; Norfolk, VA 23508. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Dianne Galloway by email at Dianne.galloway@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R5321/listing.html)
 
Record
SN02123086-W 20100417/100415235155-46ff689a7a15f2e116f0a8f7b0600c2f (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.