SOURCES SOUGHT
Y -- Design Build for Repairs to Hangar 1050, NAS/JRB Fort Worth, TX
- Notice Date
- 4/3/2007
- 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-C-1781
- Response Due
- 4/26/2007
- Archive Date
- 6/30/2007
- 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-. 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 Repairs to Hangar 1050, a 160,000 SF hangar facility at NAS/JRB Fort Worth, TX. 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. The estimated cost for this acquisition is between $3,690,000 and $4,100,000 for the term of the contract. Project includes design-build repairs to an operational 160,000 SF hangar located on the flight line at NAS/JRB Ft. Worth, TX. Work includes removal of an existing built-up tar and gravel roof. New roof work will consist of deck repairs, replacement of insulation, new flashing and a new modified bituman roof. Roof access doors including frames and locks will be replaced. Existing hangar floor surface will be removed and cleaned, and a new non-skid hangar floor coating will be installed. Interior and exterior of the hangar will be cleaned and repainted. Replace air handler units, repair zone controllers, and balance the HVAC system. Replace doors to four freight elevators. Work will be accomplished in four phases in an operational aircraft maintenance hangar. Foreign Object Debris (FOD) damage is a paramount concern. CONTRACTOR CAPABILITIES: OFFERORS MUST SUBMIT EVIDENCE OF THE FOLLOWING SPECIFIC CAPABILITIES: Name of Company: Address: Point of Contact: Phone/Fax/Email Address: 1. Provide examples of projects worked as a prime contractor within the last three years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 2. Provide project examples demonstrating experience with prevention of the spread of debris, dust and paint from construction areas to adjacent occupied, operational maintenance/office spaces. 3. Provide project examples demonstrating experience in work near aircraft flight lines and associated FOD protection from construction activities. 4. 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. 5. Experience with phased construction including a demonstrated ability with CPM scheduling using SureTrak software by Primavera Systems. 6. Include proof of available bonding capacity in excess of $4.1M. 7. 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 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, Attn: Code 09C7, Darrall Lafayette, P.O. Box 190010, North Charleston, South Carolina 29410-9010. The package must be marked ?Design-Build and Repairs for Operational Hangar, NAS/JRB FT. Worth, TX? on the outside of the package. RESPONSES ARE DUE ON THURSDAY, 26 APRIL 2007, BY 3:30 P.M. LATE RESPONSES WILL NOT BE ACCEPTED. Point of Contact: Darrall Lafayette, Contract Specialist, Phone 843-820-5749, Fax 843-820-7304, Email Darrall.Lafayette@navy.mil - Shirley Berry, Contract Specialist, Phone 843-820-5938, Fax 843-820-7304, Email Shirley.Berry@navy.mil
- Place of Performance
- Address: NAS JRB Fort Worth, TX
- Zip Code: 76127
- Country: UNITED STATES
- Zip Code: 76127
- Record
- SN01265341-W 20070405/070403223244 (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 |