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 -- Renovate Q4 Barracks Lakeside BEQ B, Gulfport, MS

Notice Date
2/28/2011
 
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
N6945011RLKSD
 
Response Due
3/14/2011
 
Archive Date
3/16/2011
 
Point of Contact
Barbara Czinder; email: Barbara.Czinder@navy.mil; 904-542-6834
 
E-Mail Address
Sources Sought POC
(Barbara.Czinder@navy.mil)
 
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 TBD entitled Renovate Q4 Barracks Lakeside BEQ B, Gulfport, MS. 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 over $10Million. Anticipated award date is SEPT 2011. Project Description: This project will design, repair, and modernize approximately 98,307 SF of existing BQ facilities at the Lakeside Complex, Pascagoula, MS. The project includes building and code deficiency updates and will reconfigure and update the approximately 68,784 SF of living/sleeping modules with features and finishes identified in Unified Facilities Criteria (UFC) 4-721-10 Navy and Marine Corps Bachelor Housing. The project will include sustainable design and compliance with the Energy Policy Act 2005. This project will include but not limited to building B: Replacement and installation of fire sprinkler system(s); Seismic retrofit; life safety upgrades; misc. architectural finish upgrades (i.e. painting, hardware, window glazing and window frames, flooring, ceilings, interior gypsum walls, doors, etc.); repairs/replacement of plumbing system; repairs/replacement of electrical distribution and lighting systems; HVAC system improvements including the replacement of all HVAC major and minor components including piping, chillers, air handlers, ductwork, and controls; miscellaneous sitework; and removal all mold contaminated and hazardous containing material impacted by the project. The NAICS code for this solicitation is for 236220 Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000. The government is only seeking a 2 to 3 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 construction contracts awarded to your company that were completed in the last five years for similar types of projects for which your firm was the prime contractor. 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 at a minimum $10 Million. 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) If firm was not you the prime contractor on each of the projects listed in #5 above. Then state your role and percentage of the work you completed on that project. And why we should consider it. 10) Are you affiliated with any other Small Businesses, Joint Ventures or have a formal partnership 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 based on sufficient responses indicating an interest in proposing on this work if it is set-aside. Your response to this sources sought announcement must be received by 3:00 pm ET on 14 March 2011 and may be received electronically. Please ensure email size is limited to less than 5 MB and email your response to Barbara.czinder@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1c0818db8f979f5ff8e55ccac009f5f)
 
Place of Performance
Address: NCBC Gulfport, Gulfport, MS
Zip Code: 39501
 
Record
SN02389124-W 20110302/110228234248-c1c0818db8f979f5ff8e55ccac009f5f (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.