Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOURCES SOUGHT

Z -- REPAIR FIRE STATION BUILDING 106, NAVAL STATION, GREAT LAKES, IL

Notice Date
3/13/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008309R0010
 
Response Due
3/23/2020
 
Archive Date
4/7/2020
 
Point of Contact
PRIMARY CONTACT: TERRYLL ZADE, 847-688-2600 EXT 417<br />
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICEFIRE PROTECTION MULITPLE AWARD CONSTRUCTION CONTRACTGREAT LAKES, IL The intent of this sources sought notice is to identify potential small business, 8(a), HUBZone or Service Disabled Veteran Owned Small Business firms capable of repair and renovation of a 35,738 SF of an existing Fire Department Facility at Naval Station Great Lakes. Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois is seeking either individual firms or Joint Venture firms nationwide capable of performing design, repair, and renovation of a 35,738 SF Fire Department Facility including the relocation and consolidation of the EMT & Ambulance support services. The estimated cost of this potential project is $6,000,000.00 to $7,000,000.00. The NAICS Code is 236220 with the annual size standard of $33.5 million. This proposed procurement is being considered as a set-aside under small business, section 8(a), HUBZone or Services Veteran Owned Small Business Program. Firms are requested to submit their Statement of Capability (SOC) which will be th! e basis for the Government's decision to establish this requirement as an small business, 8(a), HUBZone or Service Disabled Veteran Owned Small Business set-aside acquisition. Interested small business, 8(a) or HUBZone Service Disabled Veteran Owned Small Business must submit their SOC capabilities. The SOC must describe in detail the firm's capability to design and construct a ready service magazine within the estimated dollar range. The SOC may be submitted electronically to or by hard copy. If submitting by hard, original and 4 copies are required. PROJECT DESCRIPTION: REPAIR FIRE STATION BUILDING 106, NAVAL STATION, GREAT LAKES, IL. This project includes design, repair and renovation of 35,738 SF in the first level of an existing Naval Station Great Lakes Fire Department Facility Building 106 which includes the relocation and consolidation of the EMT & Ambulance Support Services. The structure is a multi-level building with a brick exterior. The facility currently houses fire engines, lobby/waiting room, offices, a locker room, a dormitory, a storage/com room, kitchen, toilets and train facility areas. The renovation work will correct deteriorated and substandard building structure and systems, including repair of deteriorated internal electrical, mechanical, telephone and alarm systems in the designated area of work. The architectural work will include interior finishes, repair and improvements to space configuration within the EMT designated areas within the building. The obsolete hose tower will be repaired/replaced with interior functional spaces renovated/improved including doors. This includes EMT staff duty and sleeping rooms, men's and women's toilet/shower room, weight/exercise PT room, and kitchen repairs. The project will also include repairs to the roofing, insulations, doors, fire sprinklers, emergency lighting and fire alarm in compliance with the UFC 03-600-1 and Life Safety Building Codes. Repair and replacement also includes water, wastewater piping, exhaust fans, duct work to provide fresh air to dormitory sleeping room and mechanical systems to meet current American Society of Heating, refrigerating and Air Condition Engineers (ASHRAE) standards. Replace with energy efficient fixtures and power panels, transformers, exit signs, power outlets, conduits, wires, telephone raceways and cable system. Asbestos materials and lead paint have been identified within the building and all existing asbestos items and lead paint of HAZMAT materials will need to be removed and disposed per NEPA procedures. Anti-Terrorism/Force Protection (AT/FT) guidance is to be followed as well as LEED and Sustainable design to be integrated into the design, development and construction of this project. SUBMITTAL REQUIREMENTS: (1) Full name and address of the firm; (2) Year firm was established; (3) Names of two principals to contact (including title, telephone and fax numbers); (4) Provide proof of 8(a) or HUBZone or Service Disabled Veteran Owned Small Business Certification. (5) Registered in the Department of Defense Central Contractor Registration (CCR) database (6) Licensed/Bonded and fully capable to perform construction work under the NAICS Code 236220. (7) Positive statement of eligibility as either a individual firm or Joint Venture under NAICS Code 236220, with an average annual gross revenue of not more than $33.5 million for the last three complete fiscal years; (8) Certifications/ Resumes and past performance documentation of a minimum of three previous projects between $6,000,000.00 to $7,000,000.00 million and completed within the last five years. Projects must be similar in size, scope and complexity to this project. Include prior experience of key com! pany personnel both in prime/joint venture relationships and all planned major subcontractors, experience in mobilizing and managing a large workforce. (9) Must provide verifiable proof of your bonding capability up to a $6 million for a single contract. (10) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm, customers known to the government, and any of your sources that may have useful and relevant information. Include information for similar contracts currently in progress or completed with in the last five years. The following information Government or Commercial) shall be provided for each of your references. (a) Contract Number and Project Title; (b) Name of contracting activity; (c) Administrative contract officer's nam! e, current telephone number; (d) Contracting officer's technical representative or primary point of contact name and current telephone number; (e) Period of performance (start and completion dates); (f) Basic contract award and final contract value; (g) Summary of contract work. (11) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. Interested parties to mail/submit their responses to the NAVFAC Midwest, Attention: Terryll Zade, 201 Decatur Avenue, Bldg 1A, Great Lakes, Illinois 60088-2801 or via email to terryll.zade@navy.mil. Receipt of potential offeror's sources sought package shall be received no later than Monday, March 23, 2009 at 2:00 p.m. Central Standard Time. This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice. Estimated award date for this potential contract is August 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=55d736823bfe21cc9b536e2ad7b9047d&tab=core&_cview=1)
 
Place of Performance
Address: NAVAL STATION, GREAT LAKES, IL<br />
Zip Code: 60088<br />
 
Record
SN01769374-W 20090315/090313220808-55d736823bfe21cc9b536e2ad7b9047d (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.