Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

Z -- Building 3775 Repair Fire Protection System, NAS Kingsville, TX.

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945011R0764
 
Response Due
3/21/2011
 
Archive Date
3/28/2011
 
Point of Contact
Deborah Major
 
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, small disadvantaged business and HUBZone interest in the following construction project. The solicitation number for this announcement will be N69450-11-R-0764 entitled Building 3775 Repair Fire Protection System, NAS Kingsville, TX. The Naval Facilities Engineering Command Southeast (NAVFACSE) located in Jacksonville, Florida will be the procuring agency for this project and intends to ultimately award a Firm Fixed Price (FFP) Design Build construction contract in the dollar between of $1Million and $5Million. Anticipated award date is June 2011. Project Description: Building 3775 is a 27,000 square foot Branch Health Clinic located in NAS Kingsville, Texas, and requires repairs and modifications to the existing fire alarm, detection, and suppression systems, in order to provide a complete, usable, and fully functioning system capable of notifying building occupants and controlling any fire that may start inside the facility. All fire protection system shall be in accordance with UFC 3-600-01, UFC 3-600-10N, UFC 4-021-0, and any other applicable UFC or NFPA code requirements. Provide working space around all equipment. Provide concrete pads under all equipment. Provide all required fittings, connections and accessories required for a complete and usable system. All equipment shall be installed in accordance with all applicable UFC, code requirements, and manufacturer s recommendations. Where the word should is used in the manufacturer s recommendations, substitute the word shall . All Design Documents, (i.e. design drawings, specifications, and calculations) developed for Section D40 shall be prepared by, or under the supervision of the design/build contractor s Qualified Fire Protection Engineer, the Fire Protection Designer of Record (FPDOR). Provide training for the active systems consisting of two (2) eight (8)-hour sessions to accommodate both shifts of the base fire department and allow for rescheduling for unforeseen fire department responses. The NAICS code for this solicitation is for 238210, Electrical Contractor and Other Wiring Installation Contractor. The Small Business Size Standard is $14,000,000. 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: 6) List three Design Build 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; 7) For the projects above should be, as a minimum, in the $5Million range. If they are not, identify the dollar value and explain in no more than one paragraph why we should consider it; 8) For the projects above, list date completed, name/address/POC of Design Team 9) 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. 10) 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 21 March 2011 and must be received electronically. Please ensure all attachments are limited to less than 5 MB and email your response to deborah.major@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N6945011R0764/listing.html)
 
Record
SN02388011-W 20110227/110225234443-3a3ff8d350409f25f764218abd7a754e (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.