Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOURCES SOUGHT

Y -- P-575 Joint Strike Fighter (JSF) Auxiliary Landing Field at Marine Corps Air Station (MCAS) Yuma, Arizona

Notice Date
3/7/2012
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, DESERT IPT CODE ROPDA 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N62473FY012JSF
 
Response Due
3/23/2012
 
Archive Date
4/7/2012
 
Point of Contact
Richard Spagnuolo
 
E-Mail Address
d.spagnuolo@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS 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, Southwest is seeking eligible small business firms capable of performing Design Bid Build construction services for the Marine Corps Air Station (MCAS) of a Field-Carrier Landing Practice (FCLP) training facility with Landing Helicopter Dock (LHD) training facilities. This is a new procurement. It does not replace an existing contract. No prior contract information exists. The target award range is $25-$100 Million. This project consists of constructing a Field-Carrier Landing Practice (FCLP) training facility with Landing Helicopter Dock (LHD) training facilities to support the new Joint Strike Fighter Aviator Landing Skills Program. The work includes the following primary items: flight control tower and air operation facility, fire and rescue shelter, aircraft fueling areas, aircraft maintenance shelter, taxiway, airfield pavement, storm drainage structures, infrastructure including non-potable water supply (drilling of wells) and storage, multiple miles of electrical and communications wiring, fire protection system, and access roadway and parking, and incidental related work. This project fulfills critical requirements to support the establishment of the JSF squadrons at MCAS Yuma. The facility is to be built in a remote location on the Barry M. Goldwater Range (BMGR) that contains general range-related debris and Materials Potentially Presenting an Explosive Hazard (MPPEH). The appropriate North American Industry Classification System (NAICS) Codes are 236220 & 237310 with Small Business Size Standards of $33.5M and $33.5M respectively. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references no more than ten pages, following the set format: 1) Relevant Experience of the Construction/Prime Contractor: Submit a maximum of five (5) projects for the Construction Contractor (Prime Contractor) describing the following: Describe projects completed in the last six (6) years that are similar in size, scope, and complexity. Information should be submitted on standalone contracts and/or projects that best demonstrates construction experience for construction type projects. For each of the completed contracts/projects submitted, provide the title; location; whether prime or subcontractor work; contract and subcontract value; type of contract; contract completion date; customer point of contact including phone number; percentage of self-performed work and narrative of work your firm performed; and the performance rating of the work. 2) Provide available bonding capacity of Prime Construction Contractor up to $36,000,000.00 on official letterhead, your surety must provide your maximum bonding capacity per project and your present aggregate maximum bonding capacity. Your surety must tender the requested information directly to the Point of Contact listed below. ƒ 3) Identify whether your firm is a self-certified Small Business, SDVOSB, SBA certified 8 (a), or HUB Zone firm. If you are an 8(a) or HUB Zone firm, provide proof of SBA certification to include number of employees, office location(s), DUNS Number, CAGE Code Number. If you are submitting as a mentor-protĂ©gĂ© joint venture under the 8(a) program, you must provide SBA approval of the mentor-protĂ©gĂ© agreement to be considered as small for this procurement. Please indicate the percentage of work to be performed by the ProtĂ©gĂ©. For more information on the definition or requirements for these, refer to Small Business Administration (SBA) at http://www.sba.gov/. Respondents will not be notified of the results of the evaluation. However, NAVFAC SW 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, no evaluation letters and/or results will be issued to the participants. Your response to this sources sought announcement must be received by 2:00 pm Pacific Standard Time (PST) on 23 March 2012. NO LATE RESPONSES WILL BE ACCEPTED. The preferred medium for correspondence is email. You may email your response to richard.spagnuolo@navy.mil if the contents are within three (3) megabytes in size. If mailing, envelopes should be clearly marked œSOURCES SOUGHT FOR N62473-STANDALONE/JSF FIELD-CARRIER LANDING PRACTICE (FCLP) TRAINING FACILITY CONSTRUCTION ATTN: RICHARD SPAGNUOLO. DO NOT OPEN IN MAIL ROOM . Responses mailed by US Postal mail or any other carrier should be addressed to: Naval Facilities Engineering Command Southwest, Desert IPT, Attention: Richard Spagnuolo, 1220 Pacific Highway, San Diego, CA 92132-5190.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AB/N62473FY012JSF/listing.html)
 
Record
SN02690390-W 20120309/120307234514-0c612b4a4bd7c41d80060de887caa868 (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.