SOURCES SOUGHT
Y -- RM219-03, Replace Roof, Paint Exterior, Building Modifications to Building 1595, Naval Weapons Station, Yorktown, VA.
- Notice Date
- 1/30/2009
- 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
- N4008509R5045
- Response Due
- 2/13/2009
- Archive Date
- 2/28/2009
- Point of Contact
- Holly Newton 757-322-1030 holly.newton@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Design Build services for RM219-03, Repairs to Building 1595, Naval Weapons Station, Yorktown, Virginia. The contract will provide: Repairs to building 1595 by replacing select existing exterior doors; replacing the modified bitumen roof system including insulation, gutters and downspouts, flashing, gravel stops; and replacing the existing roof ladders with safety-cage ladders, and associated hardware. The earth-covered roofing system on the missile test bay will be replaced and the entrance gate modified. This project also removes transite siding and lead based paint; preps and repaints the underside of the tectum roof deck and exposed steel joists; paints roof access ladders, stairs, platform and ramp guard railings; coats CMU block walls and cast-in-place concrete walls. It provides limited interior space renovations and paints interior surfaces. The existing emergency generator, switchgear and underground storage tanks will be replaced. Earth work will re-shape slopes to allow proper storm drainage from the building. A natural gas supply line is to be installed from the existing gas meter to th! e one remaining oil fired boiler at the rear of building 1595. The one existing oil fired boiler is to be converted to natural gas as part of this project. The magnitude of this construction project is between $5,000,000 and $10,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services by 30 June 2009. The appropriate NAICS code for this procurement is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is re! quested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include the following:1. Number of employees.2. Office location(s).3. Available bonding capacity per contract.4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT FEBRUARY 13, 2009 @ 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, HR IPT9742 Maryland Avenue (Building Z-140, Room 117)Norfolk, Virginia 23511-3689Attn: Holly Newton Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Holly Newton via email at holly.newton@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=19862327260f2e9f4b617446d42618d2&tab=core&_cview=1)
- Record
- SN01741646-W 20090201/090130221106-fe3a5402c68229c95869e579ebd28301 (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 |