MODIFICATION
Y -- P1383 AND P1384 BASE ENTRY POINT AND ROAD, MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA
- Notice Date
- 8/1/2011
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008511R4032
- Response Due
- 8/2/2011
- Archive Date
- 2/29/2012
- Point of Contact
- Keith Logan 757-322-4080 Keith Logan
- E-Mail Address
-
ary:
- Small Business Set-Aside
- N/A
- Description
- THIS IS A MODIFICATION NOTICE OF THE SOURCES SOUGHT POSTING FOR P1383 AND P1384 BASE ENTRY POINT AND ROAD, MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA THE PURPOSE OF THIS MODIFICATION NOTICE IS TO EXTEND THE RECEIPT OF CAPABILITIES STATEMENTS FROM: AUGUST 1, 2011 TO AUGUST 2, 2011 AT 2:00 _____________________________________________________ P1383 and P1384 Base Entry Point and Road, MCB Camp Lejeune, North Carolina NAICS Code: 237310 FSC Code: Y222 Contract # N40085-11-R-4032 Contract Type; Design Bid Build Target Award: $100 - 250 Million Response Due: August 2, 2011 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 Bid Build construction services for P1383 & P1384 Base Entry Point and Road, located at Marine Corps Base, Camp Lejeune, North Carolina. The estimated contract value is between $100,000,000 and $250,000,000. The North American Industry Classification System (NAICS) code for this project is 237310 with a size standard of $33,500,000. The Federal Supply Code (FSC) is Y222. Description of Work: The work includes Phase II and III of the New Base Entry Point serving Marine Corps Base, Camp Lejeune Jacksonville, North Carolina. The work is fully designed and permitted and includes the construction of approximately five (5) miles of four lane divided roadway from Brewster Boulevard to Sneads Ferry Road. That work will construct two water crossings using top down construction method. The bridge crossing Wallace Creek is approximately 900 feet and the Bear head Creek Bridge is 600 feet. In addition, there are land bridges at three locations including full interchanges with on/off ramps at two (2) locations. Borrow pits will be located on base and must be managed and operated in full compliance with NCDENR requirements. Further, the approach areas to the water crossings will impact wet lands and all mitigation requirements must be adhered to. Work on the roads will impact underground and overhead utilities that must be attended to and all Storm water management requirements of the permits must be satisfied. Work also includes the construction of a new security gate complex to include visitor ™s center, guard shacks, canopies, parking and associated Anti Terrorism Force Protection systems. The relocation of a Game Warden ™s facility affected by the road alignment to a new location including all supporting utilities is a part of the construction. All signalization systems and road signage and vehicle inspection areas also shall be constructed. Traffic management will require close attention to detail and some work will have to be achieved at night to avoid traffic disruptions. Capabilities Statements shall address, as a minimum, the following: Past experience as a prime contractor, in the construction of a project that is of equal or greater size, scope, and complexity within the past 5 years, including 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-bid-build projects within the past 5 years. Past experience in North Carolina State permitting requirements within the past 5 years. Company Profile, to include number of employees, office location(s), available bonding capacity up to $110,000,000, DUNS Number, CAGE Code Number, and statement regarding Small Business designation and status. If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ©. All Service-Disabled, Veteran-Owned Small Business, Certified HUBZone, Small Business and Certified 8a Small Business are encouraged to respond. If you are an 8(a) contractor, please submit your SBA letter certifying that you have a bona-fide office in North Carolina. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition in lieu of Full and Open competition is in the Governments best interest. This 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. RESPONSES ARE DUE: Monday, August 2, 2011, by 2:00 PM. LATE RESPONSES 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: Keith Logan); 6506 Hampton Blvd., Bldg. C, Room 1034; Norfolk, VA 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on August 2, 2011. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Keith Logan by email at keith.o.logan@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R4032/listing.html)
- Record
- SN02517434-W 20110803/110801235523-d6b3c0f20e552a1687748fe97903e665 (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 |