SOURCES SOUGHT
Y -- P 1267 - Mess Hall, French Creek Marine Corps Base, Camp Lejeune, NC
- Notice Date
- 4/29/2010
- 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
- N4008510R5324
- Response Due
- 5/14/2010
- Archive Date
- 6/30/2010
- Point of Contact
- Debbie CoonsContract SpecialistE-mail: deborah.coons@navy.milPh: 757-322-4143
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 236220Category: YDescription: P 1267, Mess Hall, French CreekDesign Type: Design BuildContract Number: N40085-10-R-5324THIS 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 a Mess Hall project in the Camp Lejeune, North Carolina area as follows:Construct a single-story Enlisted Dining Facility with interior and exterior concretemasonry unit walls on pile foundations with structural steel framing, reinforced masonrywalls, brick veneer, reinforced concrete foundation and floors and standing seam metalroof. This dining facility shall feature a drive-up window for food distribution, anenclosed waiting area and will be constructed as a destructive weather shelter for extremewind events. Built-in equipment includes: fire pump with generator backup, buildingemergency generator, dock leveler, spectrally selective window glazing, and energymanagement control system. Electrical systems include: power, lighting, and fire alarm.Mechanical systems include: plumbing, fire protection, and HVAC. Information systemsinclude telephone, data, local area network, voice and data communication, and massnotification. This project will require NGEN support.Supporting facilities include: site lighting, paved parking and roadways, widening ofSneads Ferry Road, pedestrian trails along Sneads Ferry Road and Lyman Road, bridgingacross wetlands, intersection improvements, sidewalks, miscellaneous concrete pads,stormwater management system, clearing and grubbing, earthwork, access roads, landscaping,and building and roadway signage. Site utility distribution systems include: electrical power, domestic water, fire protection water, sanitary sewer, stormwater management,steam, fire alarm, telephone communication, fiber optics, and cable television.The project will conform to anti-terrorism/force protection standards and follow LEED, low impact development and Federal Energy Acts compliance criteria for design, development, and construction of the project.This project includes operation and maintenance support information, environmentalmitigation, and Geospatial Data Survey and Mapping.The target award for this project is $24,000,000. 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 March 2011.The appropriate NAICS Codes 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 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 description of how the contract referenced relates to the technical services described herein; (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $24,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON Friday, May 14, 2010, 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: Debbie Coons); 6506 Hampton Blvd., Bldg. C, Room 1034; Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 14 May 2010. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Debbie Coons, email at deborah.coons@navy.mil or by phone (757) 322-4143.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R5324/listing.html)
- Record
- SN02136634-W 20100501/100429235554-a90df607ffd25bad5bfb9514195b4c3d (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 |