SOURCES SOUGHT
Y -- 199 Design/Bid/Build Contract to the existing Vice Admiral James H. Doyle Jr. Combat System Engineering Development Site (CSEDS) Building at Moorestown, New Jersey.
- Notice Date
- 8/2/2012
- 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
- N4008512R1742
- Response Due
- 9/3/2012
- Archive Date
- 8/2/2013
- Point of Contact
- Gary Milton
- E-Mail Address
-
ilton@navy.mil
- 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. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUB Zone Small Business, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform the proposed contracts. NAVFAC MIDLANT anticipates awarding a Design/Bid/Build Contract for an addition to the existing Vice Admiral James H. Doyle Jr. Combat System Engineering Development Site (CSEDS) Building at Moorestown, New Jersey. General Work Requirements: The work includes the construction of a new 72,000 sf building addition and incidental related work as indicated on the drawings. The addition to the existing building consists of a two-story primary facility with a two-story Deck House. The new facility will be connected to the existing AEGIS facility (Building 116) - Vice Admiral James H. Doyle Combat System Engineering Development Site (CSEDS) by an enclosed walkway. Construction will utilize structural steel framing, metal panel exterior skin, masonry and gypsum board interior walls, concrete floor and foundation, membrane roofing, fire protection, information systems, Electrical Systems, and HVAC (Heating, Ventilation and Air Conditioning). The building includes combat system equipment spaces, offices, conference rooms, and a space constructed to Sensitive Compartmented Information Facility (SCIF) standards. Built-in equipment includes a passenger and freight elevator; infrastructure for interior and exterior Electronic Security System (ESS). Anti-Terrorism Force Protection include emergency cutoff switches for HVAC Systems, compliant windows and applicable site stand-off distances. Supporting facilities include special construction features: shielding, mechanical and electrical utilities, and site utility connections (water, telephone, electrical, natural gas, sanitary and storm sewers and local area network). LID features, pervious and regular paving and site improvements include vehicle access, new guardhouse, security perimeter fencing and gates, parking area and roadways, sidewalks, landscaping and grading. The project will require the relocation and/or removal of existing metal buildings, guardhouse, site paving, septic field, fencing, guiderails, and other minor site improvements to accommodate the new building. The estimated cost range of this construction project is between $25,000,000 and $100,000,000. All Service-Disabled Veteran-Owned Small Businesses, certified HUB Zone Small Business, and certified 8(a) Small Disadvantaged Businesses and other certified small businesses are encouraged to respond. 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 will not pay for any information solicited. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. 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) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUB Zone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. The Government anticipates a contract award for this project in December 2012. The appropriate NAICS Code is 236220 with a size standard of 500 employees. Responses must be received no later than 2:00 pm Eastern Standard Time on 1 September 2012. Late responses will not be accepted. Responses to this Sources Sought Notice shall be mailed or hand carried to the following address: Commanding Officer Naval Facilities Engineering Command Mid-Atlantic NEIPT 9742 Maryland Ave. (Z-144) Norfolk, VA 23511 Attn: Gary Milton Electronic submission of the statement of capabilities package will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R1742/listing.html)
- Record
- SN02824576-W 20120804/120803000154-0fbed6c5100205ca1c885ff008d12697 (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 |