Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOURCES SOUGHT

Y -- Design/Build Construction for the Cooperative Institute and Research Center at Tuscaloosa, AL

Notice Date
2/28/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NAAJA7200-11-02147CAY
 
Archive Date
3/24/2011
 
Point of Contact
Charlene A. Yaple, Phone: 816-426-7531
 
E-Mail Address
charlene.a.yaple@noaa.gov
(charlene.a.yaple@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is issued for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division, (EAD) for the purpose of identifying and determining the availability of sources capable of performing design/build (DB) construction services. These services are required for the NOAA Integrated Water Resources Science and Services (aka-National Water Center) Project in Tuscaloosa, AL. The NAICS for this project is 236220 and the small business size standard is $33.5M Project Scope: The proposed project is new construction of approximately 58,000 gross square feet to house a national hydrologic operations center, support services and administrative functions of NOAA's National Weather Service. The building footprint limitations will require a two-story structure with a partial basement to provide the necessary programmed space. This structure will be used for a consortium of cutting edge water resource integrated services with complementary operational missions in water science, observation, prediction and management; and the design should facilitate and reflect those activities. Portions of the structure shall be hardened to maintain operations during local weather events and require a class II security level. Additionally, it must meet a minimum sustainability requirement of Silver on the Leadership in Energy and Environmental Design (LEED) certification scale of the U.S. Green Building Council, all requirements of the NOAA High Performance and Sustainable Building (HPSB) Criteria and shall conform to Executive Order's 13523 & 13514, Energy Policy Act of 2005 (EPAct 2005) and the Energy Independence and Security Act of 2007 (EISA). This work will consist of design and construction of the new facility and associated parking on the proposed construction site based on a design development level description of performance requirements. The estimated magnitude of the project is more than $10,000,000.00. Occupancy is planned for mid-summer 2013. Submission of Responses: Sources can be a partnership, corporation, association, or other legal entity having full contractual responsibility for the project. To be responsive to this sources sought notice, interested parties must submit the following documentation 1. Evidence of successful experience on DB projects of a similar size, type and scope during the past seven years. Evidence must include contract numbers, project titles, total project dollar values and points of contact with current contact information to include telephone and facsimile numbers and e-mail addresses. 2. Evidence of experience in performing and successfully completing comparable projects in the Gulf Coast States region. Evidence must include contract numbers, project titles, total project dollar values and points of contact with current contact information to include telephone and facsimile numbers and e-mail addresses. 3. Evidence of established Architectural/Engineering relationships on comparable DB projects. 4. Evidence of established subcontracting relationships on comparable recent projects. 5. Evidence of ability to successfully complete comparable recent projects at the required quality level, on schedule and within budget. 6. Documented LEED experience on comparable projects. 7. Evidence of current Central Contractor Registration (CCR) documenting size status and other socioeconomic qualifications. 8. Provide evidence of bonding capacity. 9. A positive statement of intention to submit an offer as a prime contractor under any resulting solicitation. Submissions provided in response to this notice will not be returned. All submissions received will be evaluated by qualified NOAA professionals. A determination by the Government to restrict competitions for this project based on responses to this notice is solely within the discretion of the Government. This is not a request for proposals. Nor is it an offer to contract or a Phase One solicitation for qualification statements. This announcement does not create any obligation whatsoever on the part of the Government. The Government does not intend to award a contract on the basis of responses to this notice nor otherwise pay for the preparation of any information submitted in response to this notice. Acknowledgement of receipt of responses will be made via e-mail. Respondents will not be notified of the Governments evaluation of the information received. It is anticipated that a single best value negotiated solicitation for the entire DB process will be issued for this project. It is expected that it will result in a firm fixed price contract award. Submissions in response to this notice must be received no later than fifteen days from date of this notice. Electronic submissions are required. Please "Zip" your submission files prior to sending. Submit to: Charlene.a.yaple@noaa.gov. All submissions will receive a return email verification receipt. Limit your submissions to no more than 20 pages. Information received will be considered solely for the purpose of determining the availability of adequate small businesses to conduct other than a full and open competitive procurement. Any questions should be directed to Charlene Yaple, Contract Specialist, at 816-426-7531.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NAAJA7200-11-02147CAY/listing.html)
 
Place of Performance
Address: Tuscaloosa, Alabama, 35201, United States
Zip Code: 35201
 
Record
SN02389022-W 20110302/110228234201-fd38fbf11c2a7760d9d0d0ac09bc846e (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.