Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2007 FBO #2002
SOLICITATION NOTICE

Y -- Construction and Renovation Projects at NAS, JRB Ft Worth, TX

Notice Date
5/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, Building 902 P. O. Box 30, Jacksonville, FL, 32212-0030, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N69450-07-X-XXXX
 
Response Due
5/31/2007
 
Description
This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone, Service Disabled Veteran-Owned Small Business concerns sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The project will include contracting for construction of three separate projects under one contract to be performed at NAS, JRB Ft. Worth, TX. First project: The Add-Alter Squadron Operations Project includes addition and renovations to existing Building. The addition is one-story, approximately 7481 SF. Provide roof and exterior appearance to match nearby buildings. Building must be sprinkled and includes HVAC. Construction includes secure communications areas. Project includes demolition of existing parking lots and driveways to comply with DoD Standards for Anti-Terrorism/Force Protection, and construction of a new parking lot, and relocation of existing utilities. Buildings will remain occupied during construction, and new construction must be phased. The second project is a 2000 sf addition to Add Flight Simulator to Squadron Operations. Work is similar to the Squad Ops Addition and is adjacent to Bldg 1792 addition, Add-Alter Squadron Operations. The third project is Add Munitions Maintenance, approximately 2045 SF. New construction shall include missile maintenance bay, secure testing area, and a small office. Building must be sprinkled and have HVAC. Building is located within a secure part of the Base for Explosive Arcs, adjacent to the flight line, and work must be coordinated with Base Explosives Ordinance Safety Representative. Foreign Object Damage (FOD) Control is also an issue. The new construction on all three projects shall comply with the JAFAN 6/9 Special Access Required (SAR) Secure Facilities. Contractor must be familiar with JAFAN 6/9 compliant construction. Construction requires specialized techniques not encountered in general government or commercial construction. Specialized materials and installation techniques for doors and windows must be used to comply with security requirements. Construction will be monitored throughout by a member of the Air Force Security Office. Cut sheets on all equipment planned must have the Program Security Officer?s approval prior to purchase for installation. Contract will not be complete until building successfully passes compliance testing by Air Force Security Officials. Intrusion Detection and Access Control Systems must be installed by American citizens, and must integrate with existing Air Force Reserve and NAS, JRB Security Systems. The estimated total cost range for the three projects is between $3,900,000 and $4,006,000. The North American Industry Classification System (NAICS) Code is 236210 with a Small Business Size Standard of $28.5 million. Interested sources are invited to respond to this sources sought announcement by using the form provided under separate file titled ?Sources Sought Information Form.? Submit a maximum of 3 projects describing the following: 1) Experience: Describe completed projects that are similar in size, scope, and complexity with the proposed project in the last three (5) years. For each of the completed contracts/projects submitted, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; contract completion date; customer point of contact including phone number; brief description or scope of work for this project, self performed work, percentage of self-performed work; and overall performance rating received. Address ability to work multiple construction sites in separate areas concurrently. 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. Provide examples of projects involving FOD control and flight line access familiarity. Provide project examples demonstrating experience in work with JAFAN 6/9 or similar Special Access Required controls. Address coordination between equipment manufacturers, security system installation, and compliance verification. Provide project examples of construction of secure communications facilities. 2) Bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Identify whether your firm is an SBA certified 8 (a), HUBZone, or Service Disabled Veteran-Owned Small Business concern. You must be an approved SBA firm (including Mentor-Prot?g? Joint Venture firms) at time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC Southeast will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBzone, Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on an unrestricted basis. All proprietary information not to be disseminated in Government documents must be clearly identified. Please respond to this announcement by 2:00 PM (EST), 31 May 2007, via email to: dominga.skaruppa@navy.mil. The subject line of the email shall state FT. WORTH SOURCES SOUGHT RESPONSE. Emails shall be no more than 10MB in size. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Place of Performance
Address: Forth Worth, TX
Zip Code: 76116
Country: UNITED STATES
 
Record
SN01298907-W 20070521/070519220339 (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.