Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2006 FBO #1831
SOURCES SOUGHT

Y -- 100% Plans and Specs Integrated Operations Center at Barksdale Air Force Base, Shreveport, LA.

Notice Date
11/29/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-1765
 
Response Due
12/7/2006
 
Archive Date
1/15/2007
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL BE NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N69450-07-R-1765. Naval Facilities Engineering Command, Southeast solicits for Capability Statement from all qualified and interested parties with a priority on 8(a) firms, Service Disabled Veteran Owned Small Business, and HubZone small business firms to participate in the 100% Plans and Specs Integrated Operations Center at Barksdale Air Force Base, Shreveport, LA. The 2002 NAICS Code for the proposed acquisition is 237990 (Other Heavy and Civil Engineering Construction), and the small business size is $31 mil. The Federal Supply Code is Y199 (Construct/misc buildings). Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a) firm, Service Disabled Veteran Owned, or HubZone Small Business or to issue unrestricted solicitation, inviting full and open competition. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designed by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits impartial and comprehensive evaluation of offerors? proposals; permits discussions if necessary; and ensure selection of the source whose performance provides the best value to the government. 100% Plans and Specs Integrated Operations Center Barksdale Air Force Base, Shreveport, LA project involves the renovation of Building 6402 for its reuse as the new Integrated Operations Center. Building 6402 is an historic hangar structure originally known as ?Hangar 9? and is located in the historic district of Barksdale Air Force Base. The In-Flight Kitchen portion of the building, located in the southeast corner, will not be included in the project and will be kept in continuous operation during the renovations to Building 6402. The project will renovate 5860 square feet of one-story space along the flight line and 28,610 square feet of high bay area previously used as a gymnasium and weight training area. A new 20,718 square feet mezzanine will be added in the existing high bay area. The total area of new and renovated space combined is 55,188 square feet. The existing mechanical, electrical, plumbing and fire protection systems will be demolished and replaced with systems designed for the new use of the building. The In-Flight Kitchen, Distinguished Visitors Lounge, and the existing communications room are all required to remain operational during construction. The majority of the first floor and a minor portion of the second floor will be a Sensitive Compartmented Information Facility (SCIF). Special design requirements include: all entrance doors will be monitored and alarmed; STC 45 perimeter walls and doors; full height partitions; exterior phone and swipe card at primary entry door; combination lock at secondary entrance door; combination locks on mechanical and electrical rooms; and blue flashing lights in each interior space. All exterior improvements on the building will be done in a manner consistent with the historic character of the building. Replacement clerestory windows will be aluminum with laminated glazing. The flight line side of the building will receive new treatments to the existing porch structure. The control tower portion of the East side will be reworked to reflect its original configuration. Site work includes reconfiguration of the existing parking layout to provide parking for approximately 118 vehicles. Buildings 6403 and 6239, combined total of 3300 square feet, will be demolished to accommodate the expanded parking. CONTRACTOR CAPABILITIES: OFFERORS MUST SUBMIT EVIDENCE OF THE FOLLOWING SPECIFIC CAPABILITIES: Name of Company: Address: Point of Contact: Phone/Fax/Email Address: 1. Recent work experience in a high security flight line area on a DOD government facility. All workers will be subject to, and must pass a thorough background screening process prior to being granted access to the flight line area. 2. Experience with both exterior and interior renovation of historic facilities, including exterior repairs subject to approval by State Historic Preservation Offices. 3. Experience with structural rehabilitation of existing building to meet current code requirements. Specific experience should include drilled foundations and roof truss upgrades. 4. Experience in renovation of facilities with continuing critical operations, including hot cutovers of mechanical and electrical systems. 5. Experience with construction of secure facilities, including secure communications systems and intrusion detection systems. 6. Experience with phased construction including a demonstrated ability with CPM scheduling using SureTrak software by Primavera Systems. 7. Experience with abatement of asbestos containing materials and lead-based paint. 8. Experience with installation of hydraulic elevators. 9. Experience in developing and maintaining a construction quality control program. Specific requirements include familiarity with the 3 phases of control for quality and completion of the course entitled ?Construction Quality Management for Contractors?. This course is offered by the Army Corps of Engineers and the Naval Facilities Engineering Command. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with in industry capabilities. This market survey is for information and planning purposes only and should not be construed as a committed be the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, or HubZone small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirement or submit within the allotted time will not be considered. Electronic submission will NOT be accepted. RESPONSES TO THIS SOURCES SOUGHT MARKET SURVEY MUST BE MAILED TO: Naval Facilities Engineering Command, Southeast, Darrall Lafayette, Contract Specialist, P.O. Box 190010, North Charleston, South Carolina 29410-9010. The package must be marked ?100% Plans and Specs Integrated Operations Center at Barksdale Air Force Base, Shreveport, LA? on the outside of the package. RESPONSES ARE DUE ON THURSDAY, 7 DECEMBER 2006, BY 3:30 P.M. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Place of Performance
Address: Barksdale Air Force Base, Shreveport, LA
Zip Code: 71110
Country: UNITED STATES
 
Record
SN01188145-W 20061201/061129220844 (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.