Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
DOCUMENT

Y -- BRANCH HEALTH CLINIC MODERNIZATION, BUILDING 1028, NAVAL STATION, KINGS BAY, GEOGRIA - Attachment

Notice Date
1/21/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247015R5009
 
Response Due
1/28/2015
 
Archive Date
2/12/2015
 
Point of Contact
Michelle Gooden 757-322-8169
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR BRANCH HEALTH CLINIC MODERNIZATION, BUILDING 1028, NAVAL STATION, KINGS BAY, GEOGRIA Notice Type: Sources Sought Solicitation: N62470-15-R-5009 Date: January 21, 2015 Response Date: January 28, 2015 2:00 PM EST Classification Code: Y-Construction of Structures/Facilities NAICS Code: 236220 Commercial and Institutional Building Construction _________________________________________________________________________________ This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Atlantic to facilitate the decision making process. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). Based upon this survey a decision will be made whether to issues the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. NAVFAC Atlantic is seeking eligible small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses capable of performing the design and construction of: Branch Health Clinic Modernization, Building 1028, at the Naval Station, Kings Bay, Georgia. Project construction costs range is approximately $15M-$25M. All small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond. 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. The appropriate NAICS Code is 236220. 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 10 pages single-sided and 5 pages double-sided in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. Project Description: Branch Health Clinic Modernization, Building 1028, at the Naval Station, Kings Bay, Georgia: This project requires the design and repair/modernization of approximately 60,180 gross square feet of medical and dental space. The clinic houses out-patient health care including Primary Medical Care (Medical Home Port), Immunizations, Behavioral Health, Optometry, Pharmacy, Physical Therapy, Preventative Medicine, Radiology, Undersea Medicine, Dental, Medical Administration and other support functions. The building will remain occupied and work must be phased with restrictions on schedule, seven or more phases are anticipated. Work will include site work, extensive floor plan alterations, modifications to structural components, and complete replacement of HVAC, plumbing, electrical, telecommunications, fire alarm, and sprinkler systems. Work includes providing a Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment Design (FF and E); design/construction phasing plan; procurement and installation of a complete FF and E package (a planned modification) and specialized medical/dental equipment (a planned modification); movement and installation of FF and E and specialized medical/dental equipment. Specialized medical and dental equipment includes audiometric testing booths, x-ray equipment, opthamological equipment, pulmonary laboratory equipment, dental chairs and sterilizer equipment. Specialized medical technical expertise is required in the following areas: Medical Gas Systems, Nurse Call Systems, Medical Equipment Planning and Installation, Radiation Shielding, Infection Control, and Compliance with applicable provisions of The Joint Commission Statement of Conditions. Project must attain LEED Silver. The Design Team shall include a Medical Planner and Medical Equipment Planner, each with a minimum of ten years of design experience. This documentation shall address, as a minimum, the following: (1) Relevant Experience: Provide no more than two (2) projects, to include experience in performing efforts of similar value, size, and scope within the last five (5) years, including contract number, indication of whether performed as a prime or subcontractor, contract value, square footage, Government/Agency point of contact, and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. No more than two relevant projects shall be submitted. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (3) Statement regarding available bonding capacity; must be able to bond up to the target award of this project The package shall be sent by e-mail to Michelle Gooden at: michelle.gooden@navy.mil Package must be received no later than 2:00 PM Eastern Standard Time on 28 January 2015. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to Michelle Gooden via electronic mail (email) at michelle.gooden@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247015R5009/listing.html)
 
Document(s)
Attachment
 
File Name: N6247015R5009_SS_KINGS_BAY.pdf (https://www.neco.navy.mil/synopsis_file/N6247015R5009_SS_KINGS_BAY.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247015R5009_SS_KINGS_BAY.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03621305-W 20150123/150121235233-d51d9b7d95b4ce2be80c5674fb1f163a (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.