Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOURCES SOUGHT

Y -- Renovation and modernization construction work at OCONUS locations

Notice Date
4/11/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247013SSXXX
 
Response Due
5/13/2013
 
Archive Date
5/28/2013
 
Point of Contact
peter.sizemore@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a sources sought notice issued by the Naval Facilities Engineering Command Atlantic (NAVFACENGCOM LANT) Norfolk, Virginia. This is not a Request for Proposal. NAVFACENGCOM LANT is conducting a market survey and analysis to determine the range of available contractors and assess their capabilities to perform the work requirements described below. Submission of this information is for planning purposes only and is not to be construed as a commitment by NAVFACENGCOM LANT to procure these services, to pay for the information requested or to make an award on the basis of this notice. All interested parties are invited to submit capability information describing their ability to perform the work requirements set forth below. An award will not be made on information or offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. Background: The purpose of this synopsis is to identify interested/qualified small business sources to determine if any type of set-aside is warranted. The objective purpose of this proposed contract is to execute primarily renovation and modernization construction work at OCONUS locations. Typical work may include but is not limited to repair and renovation of existing facilities. Estimated construction range: Between $1,000,000 and $3,000,000; North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220; Small Business Size Standard for this acquisition is $33.5 Million. Capability Sought: NAVFAC LANT is seeking to identify commercial organizations capable of performing facility repair, modification, and upgrade, construction, renovation, project management, scheduling, fabrication and installation of project components, and supporting structures and equipment, project logistical support, quality control, preparing project technical reports, as-built drawings, required permit documentation, and progress reports. Experience should also include: Construction of SCIF spaces in occupied buildings to include coordination of the accreditation process, compliance to DCID 6/9 or ICD 705, system commissioning, modifications to existing walls, floors and doors, signal shielding, electrical distribution systems including 50 hertz, over current protective electrical equipment, cabling, specialized cooling (CRACs), ventilation, and control systems typically used in server rooms, low-voltage (under 600 volts) systems, redundant feeds, intrusion detection, fire detection, and communication (fiber optic and copper) systems. Experience working in Bahrain and Italy or similar overseas locations: Extreme heat and humidity and getting materials from the US to the site (Ports, Customs, Taxes, Cultures, etc.); Experience with secure packing and shipping to remote locations. Security Requirements: Department of Defense "Secret" level security clearances are required for all employees working on-site. The contractor must be able to provide personnel who meet these security requirements. All contractor employees and subcontractors working on project sites are required to be US citizens in good standing with clean records and possess and contractor Common Access Card (CAC). Employees working on-site will have to pass a background investigation (e.g., check of National Law Enforcement data bases, interviews, etc.) before being granted site access. Not all technical evaluation factors and sub factors have been established at this time. Past Performance will be evaluated. Only a brief statement of qualifications and capabilities (not to exceed five (5) pages) is requested at this time. At a minimum, provide the following information in your submittal: 1) Firm's name, address, DUNS, point of contact, phone number, and e-mail address; 2) Firm's interest in providing a proposal in response to the solicitation when it is issued; 3) Firm's capability to perform a contract of this magnitude and complexity (include firm's in-house capability to execute design-build and design-bid-build construction, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction, percentage of completion, and dollar value of the project). Provide at least three examples.; 4) Firm's type of business and business size, including information on the categories of small business for which the firm qualifies (i.e., SB, SDB, HUBZoneSB, WOSB/EDWOSB, VOSB, and/or SDVOSB); 5) Firm's Joint Venture/Teaming information if applicable existing and potential; 6) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) General marketing material may be included, but must fall within the (5) page submittal requirement. The Government will neither award a contract on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal or an Invitation for Bid, nor does this issuance restrict the Government ™s acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/nonproprietary information. All submittals received will be reviewed for informational purposes. NAVFAC LANT reserves the right to independently verify all information submitted. Submittals may be made individually or as a prospective team. Firms intending to propose as a Joint Venture (JV) under the Small Business Administration ™s (SBA) 8(a) Mentor ProtĂ©gĂ© program must submit JV approval from the SBA. HOW TO RESPOND TO THIS NOTICE: Information shall be sent by mail to the following address: Commander Naval Facilities Engineering Command Atlantic, ACQ3 (ATTN: Peter Sizemore), 6506 Hampton Blvd., Bldg. A “ Room 1200, Norfolk, VA 23508-1278. Telephone responses and inquiries will not be accepted. Electronic submission of the statement of capabilities packages will be accepted at peter.sizemore@navy.mil. Submissions must be received at the office cited no later than 11 May 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013SSXXX/listing.html)
 
Place of Performance
Address: NAVFAC Atlantic, Norfolk, VA
Zip Code: 23508
 
Record
SN03034986-W 20130413/130411235830-18139d892cd02d2601fda0ee2182067d (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.