Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
DOCUMENT

Y -- P224 CENTRAL HEATING PLANT CONVERSION TO NATURAL GAS - Attachment

Notice Date
7/12/2016
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
Solicitation Number
N4008516R5515
 
Response Due
7/25/2016
 
Archive Date
2/25/2017
 
Point of Contact
Georgia Scott
 
E-Mail Address
757-341-0691
 
Small Business Set-Aside
N/A
 
Description
Solicitation #: N40085-16-R-5515 NAICS Code: 237130 Contract Type: Design-Bid-Build Magnitude of Construction Project:$10,000,000 to 25,000,000 Target Award Date: March 2016 Response Due: 25 July, 2016 by 1:00 P.M. EST Mailed to: Commander Naval Facilities Engineering Command, Mid-Atlantic North Carolina IPT (ATTN: Georgia Scott) 9324 Virginia Avenue Bldg. Z-140 Room 114 Norfolk, VA 23511 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 construction services for P224, Central Heating Plant Conversion to Natural Gas, Marine Corps Air Station, Cherry Point, North Carolina area as follows: P-224 CENTRAL HEATING PLANT CONVERSION TO NATURAL GAS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA This project will convert the Central Heating Plant ™s two coal-fired boilers and two oil-fired boilers to four dual fuel boilers (natural gas and fuel oil), each capable of about 75,000 to 80,000 lbs/hr @ 150 PSIG. New burners, fans, wind boxes, burner management systems, econimizers and other components are required to support the new boilers. The project also includes a connection to the new natural gas line, electrical disconnects/reconnections, site fencing, vehicle gates, site lighting, parking lot striping, painting of existing storage tank and the replacement of three small interior condensate tanks. The existing coal handling and ash handling systems will be removed and any building penetrations remaining will be repaired. The existing railroad track spur serving coal trains to the plant will be removed along with the retaining wall around coal yard pile to allow the concrete pad under the coal pile to be used for parking. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Special costs include Post Construction Contract Award Services (PCAS). 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 13423 and other laws and Executive Orders. The Central Heating Plant will need to maintain operations during construction. The Contractor shall provide temporary boilers in order to supply Central heating plant demands during the winter months/ heating season. The estimated cost of magnitude for this project is 10,000,000 to 25,000,000. All service-disabled veteran-owned small businesses certified HUB-Zone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a setaside 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 March 2016. The appropriate NAICS Codes is 237130. 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 8(a) company, please submit an 8(a) letter from the SBA stating that you have a bona fide office in North Carolina. Capabilities statements shall address, as a minimum, the following: Submit a minimum of one (1) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. Of the projects submitted, at least one must be installing Central Heating Conversion to Natural Gas. For purposes of this synopsis, relevant project is defined as follows: Similar size: Project value of $7,000,000 or greater. Similar Scope: Construction projects of central heating/steam plants. Similar Complexity: A minimum of one project must demonstrate experience with the installation of natural gas and/or fuel oil boilers. A minimum of one project must demonstrate experience with the construction, renovation or demolition of an industrial plant. Though requirements listed under complexity are mandatory, it is not required that all be included in one project. Requirements are allowed to be listed throughout the maximum five project requirement. All responses shall include: (1) Numbers of contracts and indicate whether your participation as 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 to the technical services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity, surety ™s name, point of contact, telephone number, email address, the maximum bonding capacity per project, and the maximum aggregate bonding, DUNS number, CAGE Code, and statement regarding small business designation and status. (3) If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ© and a copy of the SBA letter stating that your Mentor ProtĂ©gĂ© agreement has been approved. RESPONSES ARE DUE ON 25 July 2016 by 1:00 P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Georgia Scott); 9324 Virginia Avenue., Bldg. Z-140 Room 114; Norfolk, VA 23511. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at georgia.scott@navy.mil. Please fill out attached Sources Sought information form.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48acb220a331995d0ee68adaa55d848e)
 
Document(s)
Attachment
 
File Name: N4008516R5515_N4008516R5515_Sources_Sought_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R5515_N4008516R5515_Sources_Sought_Information_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R5515_N4008516R5515_Sources_Sought_Information_Form.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: MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA, HAVELOCK, NC
Zip Code: 28533
 
Record
SN04179312-W 20160714/160712234832-48acb220a331995d0ee68adaa55d848e (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.