SOURCES SOUGHT
Z -- Minimart/Gas Station project at Naval Construction Battalion Center (NCBC) Gulfport, MS.
- Notice Date
- 2/16/2011
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945011R0763
- Response Due
- 3/16/2011
- Archive Date
- 3/23/2011
- Point of Contact
- Deborah Major
- E-Mail Address
-
deborah.major@navy.mil
(deborah.major@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. A Market Research is being conducted to determine small business, small disadvantaged business and HUBZone interest in the following construction project. The solicitation number for this announcement will be N69450-11-R-0763 entitled Minimart/Gas Station project at Naval Construction Battalion Center (NCBC) Gulfport, MS. The Naval Facilities Engineering Command Southeast (NAVFACSE) located in Jacksonville, Florida will be the procuring agency for this project and intends to ultimately award a Firm Fixed Price (FFP) Design Build construction contract in the dollar between of $1 Million and $5 Million. Anticipated award date is September 2011. Project Description: This project constructs an approximate 7500ft2 minimart/gas station. This project also constructs a new six-island gas station with underground fuel storage tanks, dispensers and canopy. The new facility will be structural steel frame construction supported by a concrete slab-on-grade and concrete spread footings. The roof system will be a gabled standing seam metal roof with structures consisting of steel bar joists and metal deck on structural steel supports with exterior load-bearing metal studs. Roof-mounted equipment will not be accepted and equipment should be installed in a designated area at the ground level. The exterior finishes will include brick veneer and split faced masonry 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 ceramic 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 with ceramic tile walls, and moisture resistant gypsum board ceilings coated with moisture resistant paint. Building systems will include, but not be 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-conditioning (HVAC), plumbing, electrical power and lighting. Building utility connections will include, but not be limited to; water, natural gas, sanitary sewer, and electricity, Site improvement will include, but not be limited to; improving existing roads, drives, paving, parking, curb and gutter, site lighting, storm drainage, sidewalks, final grading, and seed/Landscaping. Provide empty ductbank for power, data, and communications for future car wash facility not in this contract. The NAICS code for this solicitation is for 237120, Oil and Gas Pipeline and Related Structures Construction. The Small Business Size Standard is $33,500,000.00. The government is only seeking a 1 to 2 page (this does not include the letter from the Surety and CCR registration) response. The information which must be contained in your response is as follows: 1) Name and address of company; 2) Point of contact with phone number and email address; 3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc); 4) Bonding capacity per individual project and overall bonding capacity (provide letter from the Surety on their letterhead) 5) Evidence of registration in CCR and provide CAGE Code and DUNs Number In addition to the general information above, interested offerors must provide the following specific information: 6) List three Design Build Construction projects awarded to your company that were completed in the last five years for similar types of projects. If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per project why we should consider it; 7) For the projects above should be, as a minimum, in the $5Million range. If they are not, identify the dollar value and explain in no more than one paragraph why we should consider it; 8) For the projects above, list date completed, name/address/POC of Design Team 9) Were you the prime contractor on each of the projects listed in #5 above. If not then state your role and percentage of the work you completed on that project. 10) Are you affiliated with any other Small Businesses, Joint Ventures or have a formal Teaming arrangement? If so then provide name(s) of these companies. Negative response is required if this does not exist. Respondents will not be notified of the results of the evaluation. However, NAVFAC SE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine whether or not this project should be set aside for small business based on sufficient responses from small business indicating an interest in proposing on this work if it is set-aside. Your response to this sources sought announcement must be received by 2:00 pm ET on 16 March 2011 and must be received electronically. Please ensure all attachments are limited to less than 5 MB and email your response to deborah.major@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N6945011R0763/listing.html)
- Record
- SN02382004-W 20110218/110216234838-b371c8d6f69c1f90f3f69318f26fb30b (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 |