Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOURCES SOUGHT

Y -- P138 Bachelor Enlisted Quarters

Notice Date
10/6/2011
 
Notice Type
Sources Sought
 
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
 
ZIP Code
00000
 
Solicitation Number
N4008512R7704
 
Response Due
10/27/2011
 
Archive Date
4/30/2012
 
Point of Contact
Michael Brice
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. 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 a Bachelor Enlisted Quarters, MCB Camp Lejeune, North Carolina area as follows: The project will construct a multi-story bachelor enlisted quarters (BEQ) WITH 134 ś2+0 ť rooms. Construction includes interior and exterior CMU walls on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and stairwell extensions for roof access. This project includes a recreation shelter, an equipment drying structure and a personal equipment cleaning station. Built-in equipment includes a passenger/freight elevator and fire pump with generator backup. Site preparation includes site clearing, excavation and preparation for construction. Paving and site improvements include site preparation, grading, landscaping, sidewalks, curbs, parking, roadways, fencing and storm-water drainage. Also included are lighted basketball and volleyball courts, picnic shelter and barbeque pit. Sustainable design principles will be included in the design and construction of the projects in accordance with Executive Order 13123 and other laws and Executive Orders. Facilities will meet LEED ratings and comply with Energy Policy Act of 2005. Low Impact Development will be included in the design and construction of this project. This project will provide Anti-Terrorism (AT) features and comply with AT regulations, physical security and progressive collapse mitigation in accordance with DOD Minimum Anti-Terrorism Standards for Buildings. The target award range for this project is $10 “ 25 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 Notice, 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 March 2012. 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. If an 8A company, please submit an 8A letter from the SBA stating that you have a bona fide office in North Carolina. Capability statements shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size (value), scope (commercial and institutional building construction) and complexity (design/build, design bid-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 technical services described herein; (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $24,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. (3) If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ©. RESPONSES ARE DUE ON THURSDAY 27 October 2011, by 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Michael Brice); 6506 Hampton Blvd., Bldg. C, Room 1033; Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 27 October 2010. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Michael Brice either by email at michael.brice@navy.mil or by phone (757) 322-4721.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R7704/listing.html)
 
Place of Performance
Address: 1005 Michael Road, Camp Lejuene, NC
Zip Code: 28547
 
Record
SN02603532-W 20111008/111006234326-79f5df8ad13baab4302833a611c27717 (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.