Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
DOCUMENT

Y -- P383, Controlled Industrial Facility, Norfolk Naval Shipyard, Portsmouth, VA - Attachment

Notice Date
8/17/2011
 
Notice Type
Attachment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008511R0071
 
Response Due
8/30/2011
 
Archive Date
9/14/2011
 
Point of Contact
Crystal Hux, (757) 967-3302
 
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. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P383, Controlled Industrial Facility, Norfolk Naval Shipyard, Portsmouth, Virginia. The work includes construction of an approximately 50,000 square foot Controlled Industrial Facility (CIF) at the Norfolk Naval Shipyard, Portsmouth, Virginia. The CIF is intended to support maintenance and repair services for Navy vessels. The proposed structure incorporates specialized systems, equipment, materials, and construction designed to handle, process, and contain liquid waste. The facility includes a Controlled Area (with a high bay work area and smaller rooms), a two-story administrative Support Area, and an Enclosed Storage Area (ESA). Controlled Areas will be built of special concrete construction including heavily reinforced structural slabs supported by a deep precast, prestressed foundation piling system; detailed concrete construction sequencing and joints; post-tensioned floor slabs; unique concrete testing; specialized surface preparation and coating systems; specialized stainless steel tanks, equipment, and systems for processing liquid waste; HVAC system using HEPA filter technology; fire protection system; and electrical and control systems. The liquid waste processing system will consist of stainless steel ASME BPVC-compliant tanks and piping fabricated and installed to rigid standards and quality; system materials and fabrication will be tightly controlled under specific MIL-STDs and 10CFR50, Appendix B. The high bay will include support components including rails, electrification, and fall protection systems for an Overhead Electric Traveling (OET) bridge crane that will be provided by others (requiring extensive construction coordination). The adjoining ESA and Support Areas will be steel frame construction supported by a structural concrete slab-and-grade beam system on precast, prestressed piling; insulated metal panel veneer; masonry and metal stud and gypsum board interior partitions; and modified bituminous roofing. The Support Area also includes a raised flooring system, nitrogen system to support laboratories, and a Furniture Fixtures & Equipment (FF&E) component. The work will include installation of a rain water harvesting system, photovoltaic system, and other efforts to support the project goal of obtaining LEED Gold certification. Construction shall be carefully scheduled and conducted to allow for minimal disruption to shipyard production work in adjacent areas and facilities. The estimated price range for this project is between $25,000,000 and $100,000,000. 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. Large Business submittals will not be considered. 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 by 30 MAR 12. The appropriate NAICS code for this procurement is 236210, and the Small Business Size Standard is $33,500,000. 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 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address 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. (2) Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. (Must be able to bond up to the target award of this project) 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. RESPONSES ARE DUE NLT 31 AUG 11 at 2:00 PM (EDT). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, via U. S. mail or express mail carrier, to: Naval Facilities Engineering Command, Mid-Atlantic PWD “ Norfolk Naval Shipyard Facilities Engineering & Acquisition Division, Bldg 492 Portsmouth, VA 23709-5000 Attn: Code PRM22E, Crystal Hux Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Crystal Hux via email at crystal.r.hux@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R0071/listing.html)
 
Document(s)
Attachment
 
File Name: N4008511R0071_P383_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008511R0071_P383_Sources_Sought_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008511R0071_P383_Sources_Sought_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, VA
Zip Code: 23709
 
Record
SN02539097-W 20110819/110818000529-84ff300cc0f645054b636ff9913f46bc (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.