Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

Y -- CONSTRUCTION OF HEADQUARTERS AND FOUR ADDITIONAL BUILDINGS, MARINE AIR SUPPORT SQUADRON COMPLEX, MCAS, CHERRY POINT, NC

Notice Date
2/24/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic, NCIPT, LRA, 6506 Hampton Blvd, Bldg c, Noroflk, VA VA
 
ZIP Code
00000
 
Solicitation Number
N4008512R7713
 
Response Due
3/13/2012
 
Archive Date
12/30/2012
 
Point of Contact
PATRICIA LATHAN
 
E-Mail Address
:
 
Small Business Set-Aside
N/A
 
Description
P163 Marine Air Support Squadron Complex, Marine Corps Air Station, Cherry Point, North Carolina NAICS Code: 236220 & 237310 Contract # N40085-12-R-7713 Contract Type: Design Build Target Award: $34,310,000 Million Target Award Date: May 2013 Response Due: March 13, 2012 Category: Y 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 Build construction services for the Marine Air Squadron Complex of a Multi-Story Headquarters (HQ) building and four (4) single-story building at Marine Corps Air Station, Cherry Point, North Carolina. The appropriate North American Industry Classification System (NAICS) Codes is 236220 & 237310. Construct a multi-story steel frame headquarters (HQ) building on pile foundation and four single-story steel frame structures on pile foundation with structural steel framing,reinforced masonry walls, brick veneer, reinforced concrete floors, noise attenuation and standing seam metal roof. Electrical systems include power, lighting, and fire alarm. Mechanical systems include plumbing, fire protection, and heating, ventilation and air conditioning (HVAC). Information systems include basic telephone, data, computer network, fiber optic, cable television and mass notification. This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with AT regulations, physical security and progressive collapse mitigation in accordance with DOD Minimum Anti-Terrorism Standards for Buildings. Built-in equipment includes one passenger/freight elevator, fire pump with generator backup, security vault, backup generator for HQ building, Protective Distribution System, vehicle lifts, and other vehicle maintenance/electrical/communications support equipment. Special costs include Post Construction Contract Award Services (PCAS). Also included are geospatial mapping, sound attenuation, and temporary storage space. Operations and Maintenance Support Information (OMSI) is included in this project. Sustainable design principles will be included in the design and construction of the project 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. Site preparation includes site clearing, excavation, and preparation for construction. Special foundation features include pile foundations. Paving and site improvements include grading, parking for approximately 180 vehicles, roadways, curbs, sidewalks, landscaping, fencing, signs and storm-water drainage. Also included are elevated wash rack with oil/water separator, parking for heavy vehicles, intersection improvements, and utility relocation. Electrical utilities include primary and secondary distribution systems, lighting, transformers, and telecommunications infrastructure. Mechanical utilities include heating, ventilation and air conditioning, water lines, plumbing and plumbing fixtures, sanitary sewer lines, fire protection systems and supply lines. Environmental mitigation includes wetlands restoration. This project will include the demolition of the following buildings: #1779 (676.33 m2), #1780 (2,351.56 m2), #1781 (556.68 m2), #1782 (549.61 m2), #1783 (531.41 m2), #1784 (78.04m2), #3430 (46.82 m2), #3982 (95.41 m2), #4481 (172.24 m2), for a total square footage to be demolished of 5,058.7 m2. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. Capabilities Statements shall address, as a minimum, the following: Past experience as a prime contractor, in the construction of a project that is of equal or greater size, scope, and complexity within the past 5 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 the technical services described herein. Past experience in performing design-build projects within the past 5 years. Past experience in North Carolina State permitting requirements within the past 5 years. Company Profile, to include number of employees, office location(s), available bonding capacity up to $34,310,000 million, DUNS Number, CAGE Code Number, and statement regarding Small Business designation and status. If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage of work to be performed by the Protégé. Past Experience in LEED Strategy within the past 5 years. Past Experience in Energy Savings Targets within the past 5 years. All woman owned small businesses, 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 May 2013. 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. RESPONSES ARE DUE ON Tuesday March 13, 2012, by 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Patricia Lathan); 6506 Hampton Blvd., Bldg. C, Room 1035; Norfolk, VA 23508. Questions or comments regarding this notice may be addressed to Patricia Lathan by email at patrica.lathan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R7713/listing.html)
 
Place of Performance
Address: 6506 HAMPTON BLVD., BLDG C
Zip Code: ROOM 1035
 
Record
SN02683070-W 20120226/120224235606-191e0e1541a58fd64b1da71740f38b5a (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.