Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

Y -- Construct Joint Air Traffic Control Facility, Naval Air Station (NAS) Joint Reserve Base (JRB) New Orleans, LA

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Bld 903 Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N6945011R0756
 
Response Due
10/29/2010
 
Archive Date
11/1/2010
 
Point of Contact
Vicki Blankenship
 
E-Mail Address
blankenship@navy.mil<br
 
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. A Market Research is being conducted to determine small business, 8(a), service disabled veteran owned small business (SDVOSB) and HUBZone interest in the following construction project. The solicitation number for this announcement will be N69450-11-R-0756 entitled Construct Joint Air Traffic Control Facility, Naval Air Station Joint Reserve Base (JRB) New Orleans, LA. The Naval Facilities Engineering Command Southeast (NAVFAC SE) located in Jacksonville, Florida will be the procuring agency for this project and intends to ultimately award a Firm Fixed Price (FFP) Design Bid Build construction contract in the dollar amount of over $10 Million. Anticipated award date is May 2011. Project Description: This project constructs a Radar Air Traffic Control Facility (RATCF) with an attached seven story Air Traffic Control Tower (ATCT). This facility will support a Joint Use operation including the Navy Reserve, Marines Reserve, Coast Guard and Louisiana Air National Guard. These facilities will be pile-supported, steel frame with masonry exterior. The project includes Heating, Ventilation and Air Conditioning (HVAC), fire protection and pump, mechanical and electrical utilities as required for the installation of new Air Traffic Control equipment, computer flooring, telephone and fiber optics, lighting, paving, parking area, and site improvements. Also included is the relocation and extension of utilities including electrical, telecommunications, security ducts, water, sewer and gas lines. Re-route closed circuit television duct and extend runway lighting wiring around the proposed facility. Built-in equipment includes an emergency generator, uninterruptible power supply, computer room grounding systems, equipment for electronic ground and a lightning protection system. The existing control tower cab (top story) will be removed along with all attached antennas, railings, and pertinent portions of the external access ladders. A new roof will be provided over the demolition area and the necessary roof support structure where the cab is removed shall be provided. The roof shall match the existing metal roof. The existing parking lot will be demolished along with several vacant building structures. Wetlands mitigation will be provided. The NAICS code for this solicitation is for 236220, airport building construction. The Small Business Size Standard is $33,500,000. The government is only seeking a 1 to 2 page (this does not include the letter from the Surety and CCR registration) response. The information which must be contained in your response is as follows: 1) Name and address of company; 2) Point of contact with phone number and email address; 3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc); 4) Bonding capacity per individual project and overall bonding capacity (provide letter from the Surety on their letterhead) 5) Evidence of registration in CCR and provide CAGE Code and DUNs Number In addition to the general information above, interested offerors must provide the following specific information: 5) List three projects awarded to your company that were completed in the last five years for similar types of projects. If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per project why we should consider it; 6) For the projects above should be, at a minimum $5 Million. If they are not, identify the dollar value and explain in no more than one paragraph why we should consider it; 7) Were you the prime contractor on each of the projects listed in #5 above. If not then state your role and percentage of the work you completed on that project. 8) Are you affiliated with any other Small Businesses, Joint Ventures or have a formal Teaming arrangement? If so then provide name(s) of these companies. Negative response is required if this does not exist. Respondents will not be notified of the results of the evaluation. However, NAVFAC SE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine whether or not this project should be set aside for small business based on sufficient responses from small business indicating an interest in proposing on this work if it is set-aside. Your response to this sources sought announcement must be received by 2:00 pm ET on 29 October 2010 and may be received electronically. Please ensure email size is limited to less than 5 MB and email your response to vicki.blankenship@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/515d1d6a442b7cc70c6149467b7d69d4)
 
Place of Performance
Address: Naval Air Station (NAS) Joint Reserve Base (JRB), New Orleans, LA
Zip Code: 70142
 
Record
SN02312123-W 20101017/101015234113-515d1d6a442b7cc70c6149467b7d69d4 (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.