SOURCES SOUGHT
Y -- P688 Apron Expansion, Phase 2, P311 AParallel Taxiway, P688B Ballfields, P683, Hangar and P687 Hangar, MCB, Camp lejeune, North Carolina
- Notice Date
- 8/24/2009
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial 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
- N4008509R3238
- Response Due
- 9/8/2009
- Archive Date
- 12/31/2009
- Point of Contact
- Sharon A. Taylor 757-322-8258sharon.taylor@navy.mil
- 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 performing design-build and design-bid-build services for: P-311 - Parallel Taxiway - Construct parallel taxiway (601,000 square feet, Facility Cat Code 112-10) and lighting to provide runway access from new aircraft parking aprons. Taxiway will be constructed of bituminous concrete. The project scope was derived using NAVFAC P-80 for category code 112-10, Airfield Pavements and interviews with MCAS New River Air Traffic Control. The project will require the relocation of existing mechanical (water, sewer, etc.) and electrical utilities from Curtis Road with minimal interruption. Utilities are needed to support a Marina, housing and facilities. P-688 - Apron Expansion - Construct an aircraft apron (1,883,634 square feet, 9 to 12 inches thick) from concrete. The project will require the relocation of existing mechanical (water, sewer, etc.) and electrical utilities with minimal the interruption. Utilities are needed to support the Marina, housing and facilities. Project will also require the installation of lighting on the sides of the Apron. P-688B - Ballfields - Construct four baseball fields, one soccer field and a concession/utility building. Project will require a storm water pond (Pond, piping and management system); parking (7,432 meters squared); site work (clearing, grubbing and fill); installation of utilities (electric, water (150 meters) and sanitary (300 meters); access road to ballfields (1,114 square meters); lighting for two ballfields; and scoreboards for three ballfields. P-683 - Maintenance Hangar - Design and Construct a multi-story Modified Type II Aircraft Maintenance Hangar (132,009 square feet) (extra height). The primary facility will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof with a fabric hangar door. The hangar will provide hangar bay, shop space, flight line operations, wash rack and maintenance functions in support of V-22 aircraft squadrons. The project will require LID (Low Impact Development), Lightning Protection, pile supported Multi-story Parking Garage, and a 30KW Generator. The project will require the relocation/demolition of Curtis Road, existing mechanical (water, sewer, etc.) and electrical utilities with minimal the interruption. Utilities are needed to support the Marina, housing and facilities. The project will require the demolition of utility and roads of previously demolished housing site (approximately 85 houses demolished to the foundation). Built in equipment includes an elevator and two 7 ton bridge cranes with 42 foot hook height. Finally, project will require to be LEED Silver or higher. P-687 - Maintenance Hangar - Design and Construct a multi-story Modified Type II Aircraft Maintenance Hangar (131,083 square feet) (extra height). The primary facility will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof with a fabric hangar door. The hangar will provide hangar bay, shop space, flight line operations, wash rack and maintenance functions in support of V-22 aircraft squadrons. The project will require LID (Low Impact Development), Lightning Protection, pile supported Multi-Story Parking Garage, and a 30KW Generator. The project will require the relocation/demolition of Curtis Road, existing mechanical (water, sewer, etc.) and electrical utilities with minimal the interruption. Utilities are needed to support the Marina, housing and facilities. The project will require the demolition of utility and roads of previously demolished housing site (approximately 85 houses demolished to the foundation). Built in equipment includes an elevator and two bridge cranes with 42 foot hook height. Finally, project will require to be LEED Silver or higher. The estimated target award amount for this project is $187,000,000. All service-disabled veteran-owned small businesses, certified HUBZone 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 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 no later than September 2010. The appropriate NAICS Codes are 236210 and 237990. THIS SYNOTSIS 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 to the contracting 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 current telephone number, and a brief d! escription of how the contract referenced relates to the technical services described herein. (2) Company profile to include number of employees, office location(s), available bonding capacity in excess of $187,000,000 per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON TUESDAY, 8 SEPTEMBER 2009 BY 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail or hand carried to the following address: Commander, Naval Facilities Engineering Command, Mid Atlantic, North Carolina IPT (Attn: Sharon Taylor), 6506 Hampton Blvd., Building C, Room 1027, Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 8 September 2009. Electronic submission of the statement of capabilities package will not be accepted. Question or comments regarding this notice may be addressed to sharon.taylor@navy.mil or by phone 757-322-8258.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R3238/listing.html)
- Place of Performance
- Address: MCB Camp Lejeune, Jacksonville, NC
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN01923839-W 20090826/090825001929-edd2f662f112b9f7a2de75d3a27b10f5 (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 |