Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
DOCUMENT

Y -- WOMEN’S IMAGING CENTER RENOVATION PROJECT, NAVAL MEDICAL CENTER, PORTSMOUTH - Attachment

Notice Date
12/8/2010
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247011R1011
 
Response Due
12/22/2010
 
Archive Date
1/6/2011
 
Point of Contact
Lisa Sumpter (757) 322-4083
 
Small Business Set-Aside
N/A
 
Description
WOMEN ™S IMAGING CENTER RENOVATION PROJECT, NAVAL MEDICAL CENTER, PORTSMOUTH NAICS Code: 236220 Contract # N62470-11-R-1011 Contract Type; Design Build Estimated Target Award Amount: $3,500,000 Target Award Date: August 2011 Response Due: 12/22/2010 Category: Y Description THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Atlantic is seeking eligible business firms capable of performing Design Build construction services for the Woman ™s Imaging Center Renovation Project, Naval Medical Center (NMC), Portsmouth, Virginia as follows: Primary Facilities: The goal of this project is to provide a regional breast imaging center for the Tidewater active duty personnel (men and women) and TRICARE beneficiaries that exceeds current standard of care and American Cancer Society for breast cancer screening and diagnosis. The Women's Imaging Center project includes renovations of multiple sub-department areas within the Radiology Department to improve patient care, reception, and staff areas. These areas include the MRI Suite, the MRI Reception and Seating area, the Radiology Administration and Residents area, the Mammography and Ultrasound areas, and the Nuclear medicine area. The work includes removal of existing and providing new partitions, doors and frames, suspended acoustical ceiling, resilient base, carpet and resilient flooring, and incidental related work including plumbing, mechanical, electrical, data, communication, fire alarm, access control. Provide new reception casework and counters at the new reception areas. New government furnished and installed equipment shall be incorporated; the design-build team shall provide coordination of the separate Government contracts for furnishings and MRI imaging equipment. The MRI imaging equipment contract will be Government furnished and installed but will have electrical, data, plumbing, and mechanical rough-ins that shall be provided as part of this contract. Wall, floor & ceiling finishes will be required, as well as lighting and HVAC system modifications, to accommodate the design. Existing MRI rooms and control area adjacent to the new MRI and control rooms shall remain and be coordinated with the new work. The contractor is required to perform the work in multiple phases in order to maintain the un-interrupted functions of the Women's Imaging Center and surrounding Radiology departments. The estimated target award amount for this project is $3.5 million. 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 August 2011. 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 design-build efforts of similar size (value), scope (medical facilities renovation-construction) and complexity (design/build projects) 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 design-build technical services described herein; (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $3,500,000 per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON WEDNESDAY 22 December 2010 by 2:00 PM (EST). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Atlantic, ACQ22 Branch (ATTN: Lisa Sumpter); 6506 Hampton Blvd., Bldg. A, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 22 December 2010. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Lisa Sumpter either by email at lisa.sumpter@navy.mil or by phone (757) 322-4083.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R1011/listing.html)
 
Document(s)
Attachment
 
File Name: N6247011R1011_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247011R1011_Sources_Sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247011R1011_Sources_Sought.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02340879-W 20101210/101208234326-378581237f623d69903cb762569d551c (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.