SOURCES SOUGHT
Y -- P876J, JIEDDO Battle Courses, Naval Weapons Station Yorktown, VA.
- Notice Date
- 2/4/2009
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, PWD YORKTOWN FACILITIES ENGINEERING & ACQUISITION DIVISION DoN, Naval Facilities Engineering Command, Mid-Atlantic ROICC Peninsula, P.O. Drawer 160 Yorktown, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008509B8002
- Response Due
- 2/13/2009
- Archive Date
- 2/28/2009
- Point of Contact
- Kathy Pope 757-887-4705 kathy.pope@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a Request for Proposal 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 relevant qualifications, experience, personnel and capability to perform this proposed project. The project will be located at the Naval Weapons Station in Yorktown, VA. The project will provide a counter Improvised Explosive Device (IED) detection training course for joint use by Navy, Army, Marine, and Air Force personnel. Work includes a combination of new construction, improvements to existing roadways, and installation of various training support systems needed to facilitate counter IED training. The facility will be designed to simulate a number of different road systems and urban environments that would be encountered throughout the world. The project will consist of three training courses or lanes. Lane 1 shall consist of an unimproved walking path. Lane 2 shall consist of a standard 2-lane road network divided into the following sections: 2-lane divided, 2-lane with curbing, 2-lane with guardrail, and 2-lane unimproved. The Lane 2 road network shall have three culverts of various sizes for training, a non-working traffic signal, four search houses, and ! six Military Operations in Urban Terrain (MOUT) foundations. Lane 3 shall consist of a standard 2-lane road network divided into the following sections: 2-lane divided, 2-lane with curbing, 2-lane with guardrail, and 2-lane unimproved. The Lane 3 road network shall have three culverts of various sizes for training, a mock overpass, a traffic circle, and four MOUT foundations. Separate follow-on contracts will provide the MOUT containers and install cameras at strategic locations throughout the courses to facilitate monitoring and control of training events. In addition to the road network and simulated urban areas, the project shall provide a 2,500-square-foot range support building with classrooms, toilet facilities, and various rooms for After Action Review (AAR), storage and fabrication functions, and monitoring and editing of the sophisticated camera network to be used in the AAR. A 22 car parking lot will be provided for the range support building. The entire fac! ility shall include the necessary sewer, water, storm, electrical, and telephone infrastructure to make a complete and usable training facility. The magnitude of this construction project is $5,000,000 to $10,000,000. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses are encouraged to respond. Large Business submittals will not be considered. 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 Small Business 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 April 2009. The appropriate NAICS Code is 238910 with a size standard of 14 million dollars. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: (1)Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicated 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 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's 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 industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, Facilities Engineering and Acquisition Division, PWD Yorktown (Attn: Kathy Pope), Building 16, Spring Road, Yorktown, VA 23691. Responses must be received no later than 2:00 pm Eastern Standard Time on 13 February 2009. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Kathy Pope at the above address, via email at kathy.pope@navy.mil, or via phone at 757-887-4705.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c85906045afa34b22822cef130884de&tab=core&_cview=1)
- Record
- SN01743749-W 20090206/090204220132-4877d2b1d9dbe5a4c11805b9540ef275 (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 |