Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOURCES SOUGHT

Y -- P1310, Pre-Trail Detainee Facility, MCB Camp Lejenue, NC

Notice Date
8/24/2009
 
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, 6506 Hampton Blvd Norfolk, VA 23508
 
ZIP Code
23508
 
Solicitation Number
N4008509R3239
 
Response Due
9/8/2009
 
Archive Date
12/31/2009
 
Point of Contact
Dianne Galloway(757) 322-4539
 
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 construction services for Pre-Trial Detainee Facility in the Camp Lejeune, North Carolina area. The Project will construct a pre-trail detainee facility that serves Camp Lejeune and surrounding installations which meets Department of Defense (DoD) Level I confinement security facility requirements, American Correctional Association (ACA) standards and the requirements of SECNAVINST 1640.9C. The primary facility includes specific confinement cells, detainee and staff showers, administrative areas, quarter deck, visiting areas, dining area, religious areas and library. Construction shall be load bearing reinforced CMU walls, concrete foundation, precast concrete second floor, precast concrete ceilings in all secured areas, and metal framed roof trusses. Exterior construction shall include brick veneer and standing seam metal roof. Built in equipment will include holding cell prison fixtures and hardware, security infrastructure, fire alarms, plumbing, fire protection systems, and HVAC systems. Paving and site improvements include Anti-Terrorism/Force Protection features, site and building lighting, parking and access roads, sidewalks, storm water management, clearing and grubbing, fill, grading, landscaping, and signage The estimated award amount for this project is $17,045,000. 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 May 2010. 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 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 size, scope and complexity 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 description 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 up to $17,045,000, DUNS number, CAGE Code, an! d 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 to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Dianne Galloway); 6506 Hampton Blvd., Bldg. C, Room 1018; Norfolk, VA 23508. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Dianne Galloway by email at Dianne.galloway@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R3239/listing.html)
 
Place of Performance
Address: MCB Camp LeJeune, Jacksonville, NC
Zip Code: 28547
 
Record
SN01924448-W 20090826/090825003043-97cad78a26c187a0aec8f59145e8e12b (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.