SOURCES SOUGHT
Y -- Design/Bid/Build for Energy and Structure Repair, Consolidate Subcomponent OPS Building 178, Naval Shipyard, Portsmouth, New Hampshire
- Notice Date
- 3/24/2011
- 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
- N4008511R7242
- Response Due
- 4/22/2011
- Archive Date
- 9/23/2011
- Point of Contact
- Steven Turner
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing construction services related to the following project for Energy and Structure Repair, Consolidate Subcomponent OPS Building 178, Naval Shipyard, Portsmouth, New Hampshire. The magnitude of this Procurement is between $25,000,000 and $100,000,000. Description of proposed project: This announcement is for information and planning purposes only. The intent of this notice is to identify potential firms capable of providing services for the stated project. This project structurally repairs and modernizes the former Naval Shipways (Bldg. 178) to create a consolidated state-of-the-art Shipyard industrial material handling facility supporting optimized flow of critical submarine components during Ship overhaul evolutions; increasing efficiency while decreasing waste, and improving ship operational availability. The facility will revolutionize component and equipment tracking, storage, and retrieval by incorporating Radio Frequency Identification (RFID) technology to wirelessly indentify and track assets throughout the supply chain network from back shop manufacturing locations to waterfront ship production. The facility will incorporate smart-skin technology that utilizes the former Shipway's incredible surface area and ideal southern exposure for photovoltaic (PV) power generation and solar thermal heating. Flexible thin-film 128-watt solar panels intergraded into a light-weight roofing membrane will provide 700,000 KWH/yr of electricity, in addition to a PV integrated window wall system matching the historic pattern of fenestration, while providing an electrical output of 100,000 KWH/yr. Structural modifications will eliminate seismic and wind loading code deficiencies, restore the lifting and handling capabilities within Bay #3, provide waterside stabilization supporting barge delivery, upgrade the crane rail system, and provide new concrete flooring to increase the existing storage capacity. High efficiency mechanical, electrical and plumbing systems will further support the LEED Core & Shell certification for this 115,000 sqft facility. Also, this renovation will relocate a critical Shipyard steam line servicing 3/4 of industrial plant infrastructure thereby increasing the long term reliability of all ship servicing. 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. 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 in Fiscal Year 2012. 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 PAGES WILL NOT BE CONSIDERED. The 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. Ensure this relevant experience includes examples of all work described in the project above. (2) Company Profile to include: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. A statement regarding small business designation and status. This information shall be included in a single cover sheet and included as the first page of your submittal. RESPONSES ARE DUE NLT 22 APRIL 2011, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission of the statement of capabilities package will not be accepted. The package shall be sent, by mail or hand carried, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT 9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214) Norfolk, Virginia 23511-3689 Attn: Steven Turner Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Steven Turner either by email at Steven.turner3@navy.mil or phone 757-341-1980.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R7242/listing.html)
- Place of Performance
- Address: Naval Shipyard, Portsmouth, NH
- Zip Code: 03804
- Zip Code: 03804
- Record
- SN02408348-W 20110326/110324234347-e10e4b7173f6fa362ca8466015e3aee9 (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 |