Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOURCES SOUGHT

Y -- P 1400 - Marine Corps Energy Iniative, Marine Corps Base, Camp Lejeune, NC

Notice Date
5/11/2010
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510R5325
 
Response Due
5/26/2010
 
Archive Date
8/31/2010
 
Point of Contact
Debbie CoonsContract SpecialistE-mail: deborah.coons@navy.milPhone: (757) 322-4143
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 238210 Category: Y Description: P 1400, Marine Corps Energy Initiative, Marine Corps Base, Camp Lejeune, NC Design Type: Design Build Contract Number: N40085-10-R-5325 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-Build construction services for a Marine Corps Energy Iniative project in the Camp Lejeune, North Carolina area as follows: This project will construct a Photo Voltaic Farm through a Design Build Contract. The site is approximately 10 acres and has two restrictions on the site including an IR contamination where old transformer and switch gear has leaked PCBs into the ground. In addition, the site is next to a major utility corridor that has transmission lines and transformers installed. The site restrictions will be defined in detail, but the DB contractor must prepare a site layout for the PV panels that will provide an economical and efficient plan for collecting energy and connecting it into the station high voltage grid. The project will include the design and equipment to convert, transform and regulate the collected energy into the proper utilization voltage. All permitting necessary to develop the site will also be the responsibility of the contractor. The target award for this project is $9,000,000. 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 March 2011.The appropriate NAICS Codes is 238210. 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 relates to the technical services described herein; (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $9,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON Wednesday, May 26, 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 26 May 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/N4008510R5325/listing.html)
 
Record
SN02146784-W 20100513/100511235358-bf686d0a92724fd9cdfae40a5b7e46a3 (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.