SOURCES SOUGHT
Y -- P1160 - PHYSICAL FITNESS CENTERMARINE CORPS BASE, CAMP LEJEUNE, NC
- Notice Date
- 2/4/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008509R3220
- Response Due
- 2/18/2009
- Archive Date
- 3/31/2009
- Point of Contact
- Debbie Coons, Contract SpecialistE-mail:deborah.coons@navy.milPhone: 757-322-4143
- Small Business Set-Aside
- N/A
- 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 Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of constructing a concrete masonry unit building on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete floor and standing seam metal roof. Facility will be constructed as a destructive weather shelter for extreme wind events. These additional construction features will include an emergency generator, wind resistant cladding, reinforced masonry walls, rollup storm shutters or wind-rated windows, wind-rated doors and wind anchorage for mechanical and plumbing components. The new facility shall include the following areas: indoor swimming pool, indoor running track, gymnasium with basketball/volleyball court and spectator seating, racquetball courts, unit physical training/group exercise room, aerobic/exercise area, a cardiovascular training area and a weight training/body development area. Additionally, space shall be pr! ovided for equipment storage/gear issue area with shelving, administrating area including private staff offices, a fitness assessment room, and a laundry facility, vending area, separate men/women/family locker area with showers, toilets and sauna. Built-in equipment includes lockers, sound system, laundry, vending and support. Electrical systems, fire alarm systems and mass notification system. Mechanical systems include plumbing, fire protection systems, fire pump and heating ventilation and air conditioning. Information systems will include telephone, Local Area Network (LAN), voice and data communication systems and secure information systems. Supporting Facilities: Work includes site and building utility connections for water, natural gas, sanitary and storm sewers, electrical, telephone, LAN and cable television. Paving and site improvements include exterior site and building lighting, paved parking and roadways, sidewalks, storm water management pond, environmental p! rotection measures, clearing and grubbing, earthwork, fill, grading, landscaping, and building and roadway signage. Construction of all structural design will be in accordance with FUCI 1-200-01 & UFC 3-310-01 for seismic zones, wind loads, snow loads, etc. Also, project includes technical operating manuals, Anti-Terrorism/Force Protection (ATFP), and NMCI requirements. The facility will be designed in accordance with FEMA 361 for use as a destructive weather shelter. Sustainable design principles will be included in the design and construction of the project in accordance with EPAC 2005. Low impact development will be included in the design and construction of this project. The estimated target award for this project $36,000,000. All service-disabled veteran owned small businesses, certified HUB-ZONE small businesses, and certified 8(a) small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the Government will determine whether 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 no later than DECEMBER 2009. The appropriate NAICS code is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It 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 issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses SUBMIT BY MAIL to the co! ntracting office a brief capabilities statement package(no more than 25 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. This 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 years, including contract number, indication of whether a prime or subcontractor, contract value, Government Agency point of contact and a current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include the number of employees, office location(s), available bonding capacity in excess of $36,000,000 per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. The CAPABILITIES STATEMENT package shall be SENT BY MAIL to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (Attn: Debbie Coons) 6506 Hampton Blvd., Bldg. C, Room 1034 Norfolk, VA 23508. RESPONSES ARE DUE ON WEDNESDAY, 18 FEBRUARY 2009, BY 2:00PM EASTERN STANDARD TIME. LATE RESPONSES WILL NOT BE ACCEPTED. ELECTRONIC SUBMISSION OF THE CAPABILITIES STATEMENT PACKAGE WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to Debbie Coons either by e-mail at deborah.coons@navy.mil or by phone at (757) 322-4143.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a01199811cb9285c5075461d27078645&tab=core&_cview=1)
- Record
- SN01744464-W 20090206/090204222410-a01199811cb9285c5075461d27078645 (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 |