Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOURCES SOUGHT

C -- P-048 Reserve Training Center, Joliet, Illinois

Notice Date
8/11/2009
 
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
N4008309R0020
 
Response Due
8/27/2009
 
Archive Date
9/11/2009
 
Point of Contact
Terryll Zade, 847-688-2600 ext 417<br />
 
E-Mail Address
Contract Specialist's e-mail
(terryll.zade@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICEP-048 Reserve Training CenterJoliet, 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 designing and constructing a new drill center and storage facilities at the Reserve Training Center, Joliet, IL. Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois is seeking either individual firms or Joint Venture firms nationwide capable of performing design and construction of a new drill center and storage facilities at the Reserve Training Center, Joilet, IL. The estimated cost of this potential project is $6,000,000.00 to $7,500,000.00. 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 the 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 businesses, 8(a), HUBZone or 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 new Armed Forces Reserve Center 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: P-048 RESERVE TRAINING CENTER, JOLIET, IL. This project is to design and construct a new single structure housing separate parachute drying tower and rappelling tower, boat shop and storage, organic equipment shed as well as a scuba/dive locker and oxygen-free maintenance locker. Built-in equipment includes parachute washing and drying equipment and central mechanical control. Operation and maintenance support information is included in this project. Anti-Terrorism/Force Protection (AT/FP) features include window glazing, and other associated construction costs. Electrical utilities include exterior and interior lighting. Mechanical utilities include fire protection water distribution, sewer piping, and water distribution. Paving and site improvement includes, grading, soil preparation, landscaping, sidewalks, storm drainage and parking lot. Sustainable features will be included in the design, development, and construction for the project in accordance with Executive Order 13123 and other laws and executive orders. Construction will also include security lighting and perimeter fencing in accordance with all applicable DoD AT/FP guidance for primary gathering facilities. 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 $7,500,000.00 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 company 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 $7.5 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 name, 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 Thursday, August 27, 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 March 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008309R0020/listing.html)
 
Record
SN01907381-W 20090813/090812000944-35eee3b31c343c2cbd5a44b30efebc08 (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.