Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2010 FBO #3085
MODIFICATION

Y -- P-032 INFANTRY PLATOON BATTLE COURSE SR-1, MCB CAMP LEJEUNE, NORTH CAROLINA

Notice Date
5/4/2010
 
Notice Type
Modification/Amendment
 
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
N4008510R5308
 
Response Due
5/18/2010
 
Archive Date
1/31/2011
 
Point of Contact
Michael Brice (757) 322-4721 Michael Brice 757-322-4721
 
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-Bid-Build construction services for construction of a standard Infantry Platoon Battle Course (IPBC) consisting of 6 objectives for training platoon battlefield skills. Primary facilities include Stationary Infantry Targets (SIT), Moving Infantry Targets (MIT), Stationary Armor Targets (SAT), Moving Armor Target (MAT), a Control Tower, a Combined Facility (to include target storage, office, classroom, and field service head), a Covered Mess Area, an Ammunition Breakdown Building, and a Bleacher Enclosure. Sustainable features will be included in the design, development, and construction of this project in accordance with Executive Order 13123 and other laws and executive orders. Built-in equipment includes Public Address System throughout the Range Operations Control Area. Electrical systems include electrical distribution and lightning protection. Mechanical systems include plumbing, fire protection and heating, ventilating, and air-conditioning (HVAC). Information systems include Local Area Network (LAN), telephone, data and voice communication systems. Communication and Alarm/PA indoor and outdoor system will provide for mass notification system within the Range Operations Control Area. Supporting facilities include site and building utility connections, and a potable water line. Paving and site improvements include a vehicle parking areas, service and access roads, sidewalks, vegetation clearing and removal, earthwork, grading, drainage, and exterior site and building lighting. Wetland mitigation is included in this project. The target award range for this project is $10,000,000-$15,000,000. 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 Governments best interest. This office anticipates award of a contract for these services no later than December 2010. The appropriate NAICS Code is 236210. 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 (value), scope (industrial building construction) and complexity (design-bid-build projects) within the last five years, including contract number, indication of whether a prime or s! ubcontractor, 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 $15,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 18 MAY 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: Michael Brice); 6506 Hampton Blvd., Bldg. C, Room 1033; Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice should be addressed to Michael Brice by email at michael.brice@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R5308/listing.html)
 
Place of Performance
Address: Officer in Charge of Construction Marine Corps Installations East 1005 Michael Road, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02140302-W 20100506/100504235736-5a5c3df37ba7de1794744e729cf50f06 (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.