Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOURCES SOUGHT

Y -- P-3001 CIVIL ENGINEER COMPLEX (TFI)-PHASE 1, MAC CHARLESTON AFB, CHARLESTON, SC

Notice Date
8/23/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N694501668729
 
Response Due
9/1/2010
 
Archive Date
9/16/2010
 
Point of Contact
DONNA NELSON (904) 542-3208
 
E-Mail Address
Email Address
(DONNA.NELSON@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking qualified and interested parties to include U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The proposed work includes the design and construction in support of consolidating all principal 437th Civil Engineering Squadron functions including CE administration, engineering, and operations administration and readiness and emergency management functions. Project P-3001 will include the design and construction of a new 2727 SM two-story Engineering/Operations Facility and a 1689 SM Readiness Center. The project will be LEED Silver certified, conventionally framed building with a standing seam metal roof, seismic design requirements, contaminated groundwater provisions, associated storage, utilities, parking, site improvements, built-in equipment requirements, access, asbestos abatement, demolition, and ATFP protection. The estimated cost for this project is between $10,000,000 and $20,000,000. The project is located at Charleston Air Force Base, Charleston, SC. The contract will be for a term of between one year and two years. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $33.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement identifying at least two completed projects within the last seven years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: 1.Identify whether your firm is an SBA certified 8(a); HUBZone; SDVOSB; or Small Business concern. Provide proof of SBA certification for either 8a or HUBZone status. You must be an approved SBA firm (including Mentor-Protégé Joint Venture firms) at time of this sources sought announcement to submit a response and be considered as a valid contractor. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 2.Bonding Capacity: Provide surety ™s name, telephone number and point of contact, your maximum bonding capacity per project, and your maximum aggregate bonding. 3.Provide examples of projects performed as a Design- Build prime contractor within the last seven years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 4.Provide recent project examples demonstrating experience working with seismic design conditions. 5.Provide recent project examples demonstrating experience working with contaminated groundwater. 6. Provide recent project examples demonstrating experience working with LEED Silver Certification. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Please respond to this announcement by 1 September, 2010, 2:00 pm Eastern time by submitting your Capabilities Statement via email to donna.nelson@navy.mil. The subject line of the email shall read P-3001 Civil Engineer Complex “Phase 1, Charleston Air Force Base, Charleston, SC. Emails shall be no more than 10MB in size. If additional space is needed, more than one email may be sent. Responses that do not meet all requirements or are submitted after the deadline will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57d0250e8af1720d07c149dc8282cf6c)
 
Place of Performance
Address: MAC CHARLESTON AFB, CHARLESTON, SC
Zip Code: 29404
 
Record
SN02251549-W 20100825/100823235548-57d0250e8af1720d07c149dc8282cf6c (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.