Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
SOURCES SOUGHT

Y -- P705 HANGAR, APRON AND PARKING GARAGE & P710 ORDNANCE LOADING AREA ADDITION MARINE CORPS AIR STATION NEW RIVER, NORTH CAROLINA

Notice Date
5/18/2011
 
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
N4008511R4024
 
Response Due
6/2/2011
 
Archive Date
6/30/2011
 
Point of Contact
Victor Gargano 757-322-8277
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
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 small business firms capable of performing Design Build and Design Bid Build construction services for a Hangar, Apron and Parking Garage and Ordnance Loading Area Addition located at Marine Corps Air Station New River, North Carolina. This will be a two phase best value source selection. The work consists of three parts: 1. Hangar and Apron. 2. Parking Garage. 3. Ordnance Loading Area Addition. Hangar and Apron (P-705) - Design and construct a High Bay Aircraft Maintenance Hangar (Type II Hangar per UFC 4-211-01N (Header Truss System)). The square footage of the Hangar is 69,955 square feet. Hangar will have a hangar bay, shop spaces, flight line and class room space in support of one CH-53 aircraft training squadron. The hangar will be steel frame construction (Header Truss). The doors at the front of the Hangar Bay will be rolling Hangar Doors. Electrical systems will include fire protection, electrical distribution and weather vision systems. Site preparation includes an access roadway and relocation of an existing water line. Project will demo two buildings 6,625 square feet total. Project will construct a 6,625 square foot equipment storage shelter. Built-In-Equipment for the Hangar is the following: One passenger elevator, a bridge crane, back-up generator, waste fluid collection system, and aircraft power. Special foundation features include pile foundation for the hangar. The Apron (Access Apron and Parking Apron) will be 824,236 square feet. Project will include a pedestrian bridge and two vehicle flight line gates. Permits required for this are Storm Water Management Permit, Erosion and Sediment Control Permit, Public Water Supply Permit, Waste Water Permit and Air Permit. Sustainable design features (for both the Hangar and Apron) will be included in the design and construction of the projects in accordance with Executive Order 13123 and comply with Energy Policy Act of 2005. Project will required to be LEED Silver with LEED Gold as an option. Parking Garage (P-705) “ Construct a 1,200 space three to four story privately owned vehicle parking garage. Special foundation features include pile foundation. The design will be provided. Built-In-Equipment for the Parking Garage includes two passenger traction elevators. Storm Water Management Permit and Erosion Sediment Permit will be provided. An Air permit will be required. Sustainable design features will be included in the design and construction of the projects in accordance with Executive Order 13123 and comply with Energy Policy Act of 2005. Ordnance Loading Area Addition (P-710) “ Construct a 368,018 square foot Ordnance Loading Area Addition. The design will be provided. The Ordnance Loading Area consist of the following: Arming and De-arming Pad (35,338 square feet); Combat Aircraft Loading Area (173,234 square feet); Taxiway “ Asphalt (73,378 square feet); and Taxiway “ Asphalt (86,068 square feet). Built-In-Equipment will include lighting control system. Sustainable design features will be included in the design and construction of the projects in accordance with Executive Order 13123 and comply with Energy Policy Act of 2005. The total target award for these projects is $69 million. All woman owned small businesses, 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 Notice, 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 May 2012. The appropriate NAICS Codes is 236220 & 237310. 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. If an 8A company, please submit an 8A letter from the SBA stating that you have a bona fide office in North Carolina. This documentation shall address, as a minimum, the following: Past experience in the design and construction of aircraft maintenance hangars and aircraft parking aprons, and construction of privately owned vehicle parking garage and ordnance loading areas that are of equal or greater size, scope, and complexity within the past 5 years. Include 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 the technical services described herein. Past experience in performing design-build projects within the past 5 years. Past experience in North Carolina State permitting requirements within the past 5 years. Past experience in LEED Strategy within the past 5 years. Past experience in Energy Savings Targets within the past 5 years. If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage and type of work to be performed by the ProtĂ©gĂ©. Company Profile to include number of employees, office locations(s), available bonding capacity up to $69,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON THURSDAY June 02, 2011, by 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Victor Gargano); 6506 Hampton Blvd., Bldg. C, Room 1020; Norfolk, VA 23508. Questions or comments regarding this notice may be addressed to Victor Gargano by email at victor.gargano@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R4024/listing.html)
 
Record
SN02451064-W 20110520/110518234752-45fc96e39ea9107d7ae540d737e9ff21 (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.