Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOURCES SOUGHT

C -- RECOVERY--C--P116 Steam Plant Area Decentralization

Notice Date
8/18/2009
 
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
N4008509R5083
 
Response Due
8/24/2009
 
Archive Date
9/8/2009
 
Point of Contact
Crystal R. Hux, crystal.r.hux@navy.mil, (757) 445-7423
 
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 P116, Steam Plant Area Decentralization for Naval Station Norfolk, Norfolk, VA. The purpose of this contract is to reduce energy consumption while improving infrastructure. The project consists of Energy Conversation Measures for lighting, water, retro commissioning, IR heat and mechanical retrofits, to include removing two hangars from the central steam system. Project will convert steam to natural gas, water conservation measures, and lighting retrofits. Steam to natural gas conversion will occur in the SP area and other mechanical work in the V area. Water conservation measures and lighting retrofits will occur in the SP, CEP, V area but not limited to those areas. This project converts thirty one (31) facilities from steam heating systems to natural gas heating systems. This project also converts two (2) facilities from steam heating systems to electric heating systems. The steam heating systems shall be replaced with natural gas fired high efficiency condensing type hot water boilers, steam boilers, and electric heating systems. This scope will include HVAC, Controls, Boiler/Mechanical Rooms, water conversation, lighting improvements, renewables, and automated meter reading. The HVAC portion will provide heating, ventilation, and air conditioning (HVAC) system upgrades involving equipment and ductwork. HVAC systems and upgrades for facilities included in this project shall attain the following objectives: Occupant comfort, Indoor air quality, Acceptable noise levels, Energy efficiency, Reliable operation, and Ease of maintenance. Design and installation shall be in accordance with IMC and UFC 3-400-10N, Mechanical Engineering. The Controls portion shall provide for Direct Digital Control (DDC) systems and DDC upgrades to existing DDC systems. DDC system upgrades and associated equipment shall be provided in accordance with the scope of work. The boiler portion will provide boiler/mechanical room additions for four (4) facilities include in this project necessary to accommodate the new boilers and associated equipment. This project will also provide a boiler/mechanical room extension for one (1) facility, SP233. The boiler/mechanical room additions shall be added to buildings SP-12, SP-29, SP-45, and SP-356. New boiler/mechanical room additions shall be provided with unit heaters to prevent freezing and shall be provided with louvers and exhaust fans to allow ventilation in accordance with the design conditions indicated in this section. The target award range for this project is between $10,000,000 and $25,000,000. 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 31 DEC 09. 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 requested 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 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. (Must be able to bond up to the target award of this project)4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT 01 SEP 09 @ 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: Crystal Hux Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Crystal Hux via email at crystal.r.hux@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5083/listing.html)
 
Place of Performance
Address: Naval Station Norfolk, Norfolk, Virginia<br />
Zip Code: 23511<br />
 
Record
SN01916563-W 20090820/090819001217-1e9b7337418a94849f6f0d520724ed6f (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.