Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2007 FBO #1888
SOURCES SOUGHT

Y -- RENOVATION OF BUILDING 3700, MCLB, ALBANY, GA

Notice Date
1/25/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building 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-1778
 
Response Due
2/1/2007
 
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 Solicitation Number for this announcement is N69450-07-R-1778. Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) HubZone and Service Disabled Veteran Owned Small Business firms-first priority and Unrestricted-second priority to participate in a one-phase best value full and open solicitation for the renovation of Building 3700, a three story facility at MCLB Albany GA, including: 1) abatement and handling of hazardous/regulated materials; 2) new construction of stairs and elevator towers; 3) renovation while building is occupied; 4)phased construction per floor of building over a three to five year period. Administration Building 3700 is a 3-story load bearing cast-in place concrete structure of 171,876 square feet constructed in 1976. This project is the complete interior renovation, increasing functionality of the facility; adding one ADA compliant elevator and stair towers to meet life safety code. A complete interior repair of building 3700 is required and will bring this building into code compliance with ADA standards and Life Safety standards. This project will replace all major building systems. This project consists of complete HVAC replacement/upgrade, replacement of a damaged fire alarm system; removal of lead and asbestos containing materials; a new building lightning protection system; replacement of all lighting and ceilings; refurbishment of all restrooms; a furnishing package that will maximize space utilization; provided one elevator tower that will consist of an ADA compliant passenger elevator that will be sized to handle equipment movement; and construction of two new stair towers to provide emergency egress. The cooling tower and chillers were replaced in 2005 and will be reused. The existing sprinkler system will be reused with adjustments for the new floor layout. The roof will be repaired based on the damage caused by this project. ATFP requirements will not be part of the repair. Phasing will play a major role in this project. The facility shall be occupied during the renovation. Only one floor shall be renovated at a time. The floor under renovation shall be completely accepted by the government and repopulated before the next floor is released for renovation. During construction, the two occupied floors shall have all HVAC and utility services maintained in full operation. The NAICS Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $31 Million. The Federal Supply Code is Y199, Construct Misc Bldgs. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, or HubZone Small Business contractors or to issue an unrestricted solicitation, inviting full and open competition. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. A one-phase procedure of 100% plans and specification will be used. It shall include the scope of work, evaluation factors to include construction approach, management qualifications, and past performance with renovation and phasing over an extended period. The contract will be for a term of three to five years. The estimated cost for this acquisition is between $15,000,000 and $20,000,000 for the term of the contract. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Relevant construction experience within the last 3 calendar years for projects of similar size, scope, and complexity to the project proposed above. 2. Relevant experience within the last 3 calendar years for renovations of partially occupied buildings. Please refer to the following key points as a minimum: a. Ability to maintain full and complete operation of all utilities including but not limited to HVAC in occupied areas of the facility. This project involves renovation of a three-story building, with one floor being renovated per phase. Therefore, the remaining two floors of the facility must remain fully accessible and operational. b. Ability to protect building occupants during removal of hazardous materials. Asbestos and lead paint abatement is part of this project. Occupants of the two floors in operation must be protected from these hazardous operations. c. Ability to perform extended contracts with approximately three month pauses between phases. Provide specific examples of financial capacity to perform work in this manner, and provide specific narratives showing the ability to manage the very dynamic workforce required to perform this work. d. Provide an organization chart showing clear lines of authority including, but not limited to, Executive Managers, Project Manager, Project Superintendent, Quality Control Manager, Safety Manager, and major Subcontractors. 3. Include proof of bonding capacity in excess of $30 Million. 4. Provide proof of SBA certification for either 8a or HubZone status. 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 industry capabilities. This market survey is for information and planning purposes only and should not be construed as a commitment by 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 requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Sandy Mulligan at Sandy.Mulligan@navy.mil or mailed to Naval Facilities Engineering Command SE, Attn: Sandy Mulligan, Code IPT2ACSM, P.O. Box 19000, and 2155 Eagle Drive, N. Charleston, SC 29419-9010. This office must receive responses no later than February 1, 2007 by 4 pm, EST.
 
Place of Performance
Address: 5500 WALKER AVE., MARINE CORPS LOGISITCS BASE, ALBANY, GA
Zip Code: 31704
Country: UNITED STATES
 
Record
SN01219381-W 20070127/070125221108 (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.