Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
DOCUMENT

Z -- Replace Water and Gas Lines and Repair Lift Station at Building 3356 - Attachment

Notice Date
7/9/2014
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N69450 NAVFAC Southeast, Fort Worth NAS JRB Fort Worth 1215 Depot Avenue Fort Worth, TX
 
Solicitation Number
N6945014R3073
 
Response Due
7/23/2014
 
Archive Date
8/31/2014
 
Point of Contact
Carla Echols, 817-782-5284
 
E-Mail Address
carloso.echols@navy.mil
(carloso.echols@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this RFI will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. If a formal solicitation is released, it will be via the Navy Electronic Commerce Online (http://www.neco.navy.mil). The Government shall not reimburse the costs of preparing responses to this request for information. The North American Industry Classification System (NAICS) Code is 237110. Size Standard: $33,500,000. Magnitude of Construction: Between $250,000 and $500,000. Naval Facilities Engineering Command Far East, Facilities Engineering and Acquisition Division (FEAD), Public Works Department, NAS Joint Reserve Base (JRB), Fort Worth, TX, is is seeking information from 8(a) contractors with current relevant qualifications, experience, personnel, and capability interested in performing a firm-fixed price construction contract to: 1) Replace Water and Gas Lines: The work includes removal and replacement of potable water lines at various locations across the installation, removal and replacement of fire hydrants and isolation valves and removal and replacement of gas service lines, and incidental related work. Provide Computer Aided Design and Drafting (CADD) drawings and Geospatial data showing final As-built conditions of the project. Project consists of two phases. Phase I - 60 days for submittal approvals and outage coordination. Phase II - 60 days for construction. 2) Repair Lift Station at Building 3356: Contractor to provide all equipment, material, and labor to remove two existing waste water pumps, controls and entire railing system. Existing wet well to remain. Provide new pump package including two pumps and rail system in existing wet well. Provide new duplex pump control panel in NEMA 4X enclosure. Provide and install all other items and connections required for a complete and operational installation. Provide on-site training to government personnel on all new equipment installed under this contract. Request interested firms respond to this notice and provide the following: (a) Firms INFORMATION [name, address, phone number, CAGE code]; (b) Firms INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience with a primary focus on relevant (task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) BONDING CAPABILITY on individual projects and aggregate requirements; and (f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to six (6) pages. Send response to FAX or email of individual Point of Contact (POC) listed below. Please respond to this Sources Sought announcement by 2:00 p.m., (CST) on 23 July 2014. You may e-mail your response to the attention of Ms. Carla Echols at carloso.echols@navy.mil. Please annotate in the subject line, N6945014R3073 Sources Sought Response: Replace Water and Gas Lines and Repair Lift Station at Building 3356. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a Sources Sought announcement, no evaluation letters will be issued to the participants. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered NOT INTERESTED in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, Women-Owned or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs. Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467U/N6945014R3073/listing.html)
 
Document(s)
Attachment
 
File Name: N6945014R3073_Specification__0001_-_Replace_Water_and_Gas_Lines.pdf (https://www.neco.navy.mil/synopsis_file/N6945014R3073_Specification__0001_-_Replace_Water_and_Gas_Lines.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6945014R3073_Specification__0001_-_Replace_Water_and_Gas_Lines.pdf

 
File Name: N6945014R3073_Specification__0002_-_Repair_Lift_Station_at_Building_3356.pdf (https://www.neco.navy.mil/synopsis_file/N6945014R3073_Specification__0002_-_Repair_Lift_Station_at_Building_3356.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6945014R3073_Specification__0002_-_Repair_Lift_Station_at_Building_3356.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVFAC SE FACILITY ENGINEERING AND ACQUISITION DEPARTMENT (FEAD), 1215 Depot Ave.,, FORT WORTH, TX
Zip Code: 76127
 
Record
SN03418385-W 20140711/140710022350-9b0d22743a56d9498d7bec20d6b543dd (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.