SOURCES SOUGHT
Y -- Seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses Services to construct multi-story HQ building.
- Notice Date
- 4/16/2008
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008508R9635
- Response Due
- 5/5/2008
- Point of Contact
- Holly Newtonholly.newton@navy.mil 757-322-1025
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) small Disadvantaged Businesses with current and relevant qualifications, experience, personnel and capability to perform this proposed project. This project will design and construct a multi-story Headquarters building for United States Joint Forces Command (USJFCOM) at Naval Support Activity, Norfolk, Virginia. The building in this project is envisioned as the first of two phases, each involving a headquarters building of approximately the same size and function. In this contract, Building 1 will be approximately 46,715 square feet, and contain administrative areas, space for commercial food service vendors, open storage/secret, one 300+/- SF SCIF, conference rooms, data processing areas, storage, emergency generator, and raised flooring. Site work includes required grading, landscaping, sidewalks, driveways, and roads. USJFCOM requires a high volume of communications equipment and infrastructure. Coordination is required for the determination of personnel seating, for multiple and varied departments and activities. Based on the Storm Vulnerability Study and NSA Base criteria, Designer of Record (DOR) shall ensu! re the design of all critical equipment should be located above CAT III storm levels. This project will also demolish Building NH-21 on same site. Building 1 is the first of two project phases. Phase 2 will be Building 2 (not part of this contract), with approximately 41,000 SF and similar in function to Building 1. While Building 2 is not included in this project, it will be addressed in the interest of the overall planning effort. Building 2 will incorporate a connector to Building 1 so that both buildings will function as a single facility. In some instances, elements of Building 1 will be designed or sized to accommodate Building 2 requirements, e.g., fire pump, generator, electrical distribution. The architectural concepts for Building 1 and Building 2 shall allow the buildings to appear cohesive together, and complement the new addition to the nearby Building NH-95. For the purposes of this project, Building 1 shall be designed so that it can be readily connected ! to Building 2. The target award range for this project is between $10,000,000 and $25,000,000. All Service-Disabled Veteran-Owned Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone or Service-Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in February 2009. The appropriate NAICS Code is 236220 with a size standard of 31 million dollars. It is requested that interested parties submit a brief, no more than ten (8 x 11) pages, capabilities package. This capabilities package shall address, at a minimum the following: 1.Examples of design build projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government/Agency point of contact. 2.Company profile, to include number of employees, annual receipts, office location(s), available bonding capacity in excess of $15,000,000.00 per contract, DUNS number, and CAGE Code. 3.Please indicate if you are a Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, or certified 8(a) small Disadvantaged Businesses. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the companys ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with the industry capabilities. Reponses to this Sources Sought Notice shall be mailed to the following address: Commanding Officer, NAVFAC Mid-Atlantic, HR IPT (Attn: Holly Newton), 9742 Maryland Avenue, Norfolk, VA 23511. Responses must be received no later than 2:00 p.m. Eastern Standard Time on May 05, 2008. Electronic submissions will not be accepted. Questions regarding this sources sought notice may be addressed to Holly Newton at the above address, via e-mail at holly.newton@navy.mil, or via telephone at 757-322-1025.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c7ecf10f4c378239459b5918e472d9f&tab=core&_cview=1)
- Record
- SN01555191-W 20080418/080416220022-0c7ecf10f4c378239459b5918e472d9f (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 |