SOURCES SOUGHT
Y -- P-5002 Mission Support Group Complex, Barksdale AFB, LA
- Notice Date
- 6/17/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, SOUTHEAST BLD 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N69450P5002MC
- Response Due
- 7/1/2011
- Archive Date
- 8/1/2011
- Point of Contact
- Melissa Finnell
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business, Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The proposed project will construct a new 85,000 SF Mission Support Group Complex. The contract will be for a term of between one year and two years. The estimated cost for this project is between $10,000,000 and $18,000,000. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $33.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: This project is located at Barksdale AFB, Shreveport, LA. This project will include the construction of a new headquarters building for the Mission Support Group Complex. The 85,000 SF facility will consist of a three story steel framed structure with a reinforced concrete foundation and reinforced masonry walls. The headquarters facility will include spaces for administrative offices, classrooms, and conference rooms. The construction also includes associated storage, utilities, parking, site improvements, built-in equipment requirements, secure communications, and ATFP protection. This project will require Enhanced Commissioning and a LEED Silver Certification by the USGBC. Interior partitions will be full height metal stud and gypsum wallboard partitions. Interior finishes include painted gypsum wallboard in most spaces and ceramic floor and wall tiles in the restrooms. Interior construction includes a Command Suite with upgraded finishes. Porcelain paver tiles will be used in the vestibules and lobby areas. Carpet will be provided in the offices, workstations, corridors, and briefing areas. 1.Provide examples of projects performed as a prime contractor within the last three years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. Address specific experience with headquarters facilities. 2.Provide recent project examples demonstrating compliance with UFC 4-010-01 requirements for progressive collapse for multi-story facilities. 3.Provide recent project examples that have been awarded a LEED Certification by the USGBC. 4.Provide recent project examples that have included ground source based HVAC systems. 5.Bonding Capacity: Provide surety ™s name, your maximum bonding capacity per project, and your maximum aggregate bonding. 6.Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, or Service Disabled Veteran-Owned small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 1 July 2011, 2:00 pm eastern time via email to melissa.a.finnell@navy.mil. The subject line of the email shall read: P-5002 Mission Support Group Complex, Barksdale AF, Shreveport, LA. Responses that do not meet all requirements or submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0bb5dac60a7ac3ad8e4d9e04174a62ab)
- Record
- SN02476406-W 20110619/110617235053-0bb5dac60a7ac3ad8e4d9e04174a62ab (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 |