Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
DOCUMENT

Y -- Energy Improvements to Building J-50 and Replace Steam Traps at Naval Station Norfolk, Norfolk, Virginia - Attachment

Notice Date
10/25/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008512R4502
 
Response Due
11/3/2011
 
Archive Date
11/18/2011
 
Point of Contact
Lindsay Naill 757-341-1654 lindsay.naill@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. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Energy Improvements to Building J-50 and Replace Steam Traps at Naval Station Norfolk, Norfolk, Virginia. The project is a two (2) part project. The first part includes the energy renovation of Building J-50. The work involved is the complete renovation of the HVAC system which will include new mechanical units, ductwork, suspended ceilings, lighting, and sprinkler system. In addition, we will be insulating the exterior walls of the Building by creating a new insulated interior wall system along the perimeter of the existing exterior walls. Installation of this new insulated interior wall system will require additional work to existing electrical (electrical plugs, telephone jacks, data jacks, etc.) and architectural features (windows, walls, floors, etc.) inside of the Building. The second part includes the replacement of faulty steam traps in the mechanical steam line system. The Work will include the replacement of approximately (426) interior steam traps in various buildings and (148) exterior steam traps on the steam distribution system at Naval Station Norfolk. The estimated price range for this project is between $10,000,000 and $20,000,000. The anticipated award of this contract is May 2012. All small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns are encouraged to respond. Large Business submittals will not be considered. 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 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. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address 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 services described herein. (2) Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. (Must be able to bond up to the target award of this project) 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. (3) Mentor ProtĂ©gĂ©. If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage and type of work to be performed by the ProtĂ©gĂ©. RESPONSES ARE DUE NLT 3 NOV 11 at 2:00 PM (EST). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, via U. S. mail or express mail carrier, to: Naval Facilities Engineering Command, Mid-Atlantic 9742 Maryland Ave., BLDG Z-140 Norfolk, Virginia 23511-0469 Attn: Code OPHA18, Lindsay Naill Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Lindsay Naill via email at lindsay.naill@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R4502/listing.html)
 
Document(s)
Attachment
 
File Name: N4008512R4502_Sources_Sought_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N4008512R4502_Sources_Sought_Synopsis.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008512R4502_Sources_Sought_Synopsis.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02612829-W 20111027/111025234643-54c720fa953460d5ea731dda3a724468 (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.