Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
DOCUMENT

Y -- 199 Solar Thermal Collector Panels, Bldgs 172, 292 & 443, Naval Station Newport, Newport RI - Attachment

Notice Date
4/26/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008511R7249
 
Response Due
5/9/2011
 
Archive Date
5/24/2011
 
Point of Contact
Lynn Lovejoy, 757-341-1982 or
 
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. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Design/Bid/Build Construction Services for Solar Thermal Collector Panels, Buildings 172, 292 and 443, Naval Station Newport, Newport, Rhode Island The contract will provide: The Contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications. Base Bid will include: The work includes providing and installing solar thermal collector panel systems to augment the existing building water heating system in Building 292 (Base Bid) and incidental related work. The incidental related work includes minor demolition and abatement of asbestos containing materials; masonry; structural and miscellaneous metal fabrications; rough carpentry; insulation and EPDM roofing; doors, frames and hardware; metal louvers; paints and coatings; plumbing; HVAC, electrical and earthwork. Bid options will include the following: Option 1 shall include services as identified in Base Bid for Building 172 Option 2 shall include services as identified in Base Bid for Building 443 The magnitude of this project is between $1,000,000 and $5,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified 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 construction requirements by or before September 2011. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis 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 ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. (2) Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. 7. Annual revenue. RESPONSES ARE DUE NLT 09 May 2011, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent to the following: Mail responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Lynn Lovejoy 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Express deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Lynn Lovejoy 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Hand deliver responses to the Express Delivery address but to First Floor, Room 109, Attn: Lynn Lovejoy Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Lynn Lovejoy either by email at Lynn.Lovejoy@navy.mil or phone 757-341-1982 or Gary Milton by either email at Gary.Milton@navy.mil or telephone 757-341-1999.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R7249/listing.html)
 
Document(s)
Attachment
 
File Name: N4008511R7249_P-205_Sources_Sought_Notice_.pdf (https://www.neco.navy.mil/synopsis_file/N4008511R7249_P-205_Sources_Sought_Notice_.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008511R7249_P-205_Sources_Sought_Notice_.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02433519-W 20110428/110426234638-2bcee6ff4b341378fafb300d2a2f2f72 (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.