SOURCES SOUGHT
Y -- Design Build, Replace Minimart-Gas Station, Joint Expeditionary Base Little Creek-Fort Story
- Notice Date
- 7/12/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008510R3049
- Response Due
- 7/26/2010
- Archive Date
- 8/10/2010
- Point of Contact
- John CrowE-Mail: john.e.crow@navy.milPhone:(757)341-1648
- 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 a Design Build, Replace Minimart-Gas Station, Joint Expeditionary Base Little Creek-Fort Story Description of Work Construct a one-story, 9,833 gross square feet, handicapped accessible minimart with eight gas pump islands, underground fuel storage tanks, fuel dispensers, and free-standing pre-engineered exterior canopy. Upon completion of this facility, the existing adjacent Minimart and Gas Station will be demolished under a separate contract. During construction, access shall be maintained to the existing facility at all times The building will be supported by a concrete slab-on-grade and concrete spread footings. The roof structure will be steel bar joists with metal deck on structural steel supports and exterior load-bearing metal studs. The exterior finishes will include brick veneer and split faced mason accents. The building will also be provided with aluminum windows, tinted laminated low-e glass, sloped standing seam metal roofing, low sloped modified bitumen roof with parapets, skylights, and exterior building signage. A street side pylon sign will be provided. The interior walls of the building shall be constructed of gypsum board on metal stud framing with finishes including painted gypsum board and tile. All interior walls shall be constructed to span from floor structure to underside of floor assembly above. Floor finish shall consist of polished concrete floors. Toilet facilities shall be provided. Building systems will include, but not limited to; telephone, closed circuit television (CCTV), intrusion detection system (IDS), emergency alert system (EAS), public address system (PAS), Direct Digital Controls (DDC), fire protection, heating, ventilation, and air-condition (HVAC), plumbing, electrical power and lighting. Building utility connections will include, but not be limited to; water, sanitary sewer, and electricity. Site improvement will include, but not limited to; improving existing roads, drives, paving, parking, site lighting, storm drainage, sidewalks, fuel tanks/fuel distribution systems and final grading and seeding. Provide empty duct-bank for power, data, and communications for future car wash facility, not in this contract. The contract budget amount is $ 4,514,000. 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 by January 2011. The appropriate NAICS code for this procurement is 236220 with a standard size of $33,500,000. 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 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address 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. (Must be able to bond up to the estimated price range of this project)4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT JULY 26, 2010 @ 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, HR IPT9742 Maryland Avenue (Building Z-140, Room 117)Norfolk, Virginia 23511-3689Attn: John E. Crow Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to John Crow via email at john.e.crow@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R3049/listing.html)
- Record
- SN02202866-W 20100714/100712234945-f0bc35ea81e57d908e040847f5f08eef (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 |