Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2009 FBO #2837
SOURCES SOUGHT

Y -- DESIGN/BUILD MAIN GATE SECURITY IMPROVEMENTS, NAVAL WEAPONS STATION, EARLE, NJ

Notice Date
8/29/2009
 
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, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R7015
 
Response Due
9/24/2009
 
Archive Date
10/9/2009
 
Point of Contact
Deborah Abell, 757-444-0585 deborah.abell@navy.mil; Alex Holmes, 747-444-0044 alex.holmes@navy.mil
 
E-Mail Address
alex.holmes@navy.mil
(alex.holmes@navy.mil)
 
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/Bid/Build services for P-034, Design/Build Main Gate Security Improvements, Naval Weapons Station, Earle, NJ. Description of the project: The contract will construct gate access realignment; reinforced fencing along the public highway; new security fencing surrounding guardhouse area; removal of existing parking areas; new hardened guard house, local area network (LAN), and base wide alarm duress system; site lighting with connections tied into existing generator; raised median; rejection area for privately owned vehicles (POVs); permanent vehicle inspection shelter with CCTV, access lanes for one truck and two POVs side by side; undercarriage video surveillance equipment; permanent passive security barriers; two active (pop-up) vehicle barriers; elevated fighting position; hardening of existing generator; sidewalks and landscaping; relocate entrances to parking for Family/Housing Services and to Explosive Ordnance Disposal (EOD); construct new connector road to EOD; demolish existing pass and identification office; construct new pass/i.d. within new inspection facility and provide 54 parking spaces. The magnitude of this construction project is between $5,000,000 and $10,000,000. 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 prior to 30 December 2009. 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 FIRST 10 PGES WILL NOT BE CONSIDERED. 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 (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.4. DUNS number.5. CAGE Code.6. Statement regarding small business designation/status. RESPONSES ARE DUE NLT 25 September 2009, NLT 2:00 PM EDT. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214)Norfolk, Virginia 23511-3689Attn: Alex Holmes Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Alex Holmes either by email at alex.holmes.@navy.mil or phone 757-444-0044
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R7015/listing.html)
 
Place of Performance
Address: 201 State Route 34Naval Weapons Station, Colts Neck, NJ
Zip Code: 07722
 
Record
SN01933396-W 20090831/090829234711-f1baed80f7042bdb116bcab75b27ca91 (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.