Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
DOCUMENT

Y -- P986 (Motor Transportation Facility), P987 (Supply Warehouse) and P989 (Armory), Naval Weapons Station, Yorktown, VA - Attachment

Notice Date
8/20/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008512R4539
 
Response Due
9/11/2012
 
Archive Date
9/26/2012
 
Point of Contact
Lindsay Naill 757-341-1654
 
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, SPECIFICATION, OR DRAWINGS AVAILABE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic, Hampton Roads IPT is seeking eligible small businesses capable of performing requirements for P-986 (Motor Transportation Facility), P-987 (Supply Warehouse), and P-989 (Armory), Naval Weapons Station, Yorktown, Virginia. Motor Transportation Facility, P-986 This project constructs a multi-use motor transportation facility. The construction will provide steel frame on concrete foundation and structural floor slab, with masonry exterior walls, standing seam metal roof system on insulated metal deck. The motor transportation facility will include maintenance areas, classroom space, administrative spaces, storage, training areas and personnel support areas. Building includes heating, ventilation and air conditioning, plumbing and plumbing fixtures and fire protection systems. Built-in equipment includes wire cage and monorail crane. Operations and Maintenance Support Information is included in this project. Site Preparation includes site clearing, excavation and preparation for construction, including the removal of contaminated soil. Driven piles may be included in the project scope. Paving and site improvements include grading, parking for approximately 10 privately owned vehicles, roadways, curbs, sidewalks, landscaping, fencing, signs, a wash rack and storm water drainage. Concrete parking area for 156 tactical vehicles and hard stand will surround the facility. The approach road will be asphalt, designed for heavy truck traffic. Other utilities include water lines, sanitary sewer lines, fire protection systems and supply lines. Outside LEED and Federal Energy Act features include storm water management, which may include bio-retention cells, grassed swales, infiltration trench/basins, tree box filters or other Low Impact Development features. Renewable energy systems will be incorporated into the design. Project will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. P-987 Supply Warehouse Facility This project will construct a supply warehouse facility, consisting of 2 distinct, one story spaces: a 21,510 square foot storage area and a 7,380 square foot administrative area. The construction of the administrative space will provide a low roof building with cavity walls, exterior brick veneer, air-space for insulation, rigid insulation and concrete masonry back-up interior. The construction of the warehouse space will provide a one story roof building with cavity walls, exterior brick veneer, air-space for insulation, rigid insulation, and concrete masonry back-up interior. Mounted by insulated metal panel walls with wind girts and steel frames. The building frames will be steel and masonry structures supported on shallow foundation or pile foundation. The floors will be ground supported, reinforced concrete slab. Insulated metal doors and windows will be provided. And the roof will be standing seam metal roofing over insulated metal deck. HVAC is required for the administrative office areas and Meals Ready to Eat (MRE) storage. Heating and ventilation will be provided for the rest of the warehouse. The warehouse will include storage for nuclear biological and chemical gear, rapid response platoon gear, and personal property. The warehouse will also include an open storage area, male and female restrooms with locker room areas including showers. Forklifts are required to have the ability to travel in and out of the facility either at grade or by means of a ramp. Facility will also house communications shops and an engineering facility support shop. Built in equipment will include a dock leveler, wire cages, and fire booster pump. Operation and Maintenance Support Information is included in this project. Site preparations include site clearing, excavation and preparation for construction, including removal of contaminated soil. Paving and site improvements include grading, parking for approximately 15 vehicles, roadways, curbs, sidewalks, landscaping, fencing, signs and storm-water drainage. Paving and parking shall be for heavy truck traffic. Mechanical utilities include heating, ventilation, air conditioning, water lines, plumbing and plumbing fixtures, sanitary sewer lines, fire protection systems and supply lines. Renewable energy systems will be incorporated into the design. P-989 Armory Constructs a single story U.S. Marine Corps Armory, of 7381 gross square feet, include space for cleaning weapons, storage of munitions, administration and covered weapons cleaning area of 1614 square feet and security vestibules. The construction will consist of a concrete slab on grade, brick veneer, air-space for insulation and reinforced masonry walls, reinforced concrete columns and beams and low sloping reinforced concrete roof. The roof system shall consist of a modified bitumen roof over rigid insulation. The facility space plan will include covered entrance canopy, weapons issue ports area, weapon storage areas for 3 FAST Companies and the HQ Company, weapons workshop area and cover weapon cleaning station. Special systems include an emergency power system for the Intrusion Detection System, and fire alarm emergency light. Built-in equipment includes 3 free standing Weapons Cleaning Stations and an interior and exterior Compressed Air System. The building does not require a Sprinkler System booster pump. Site preparation includes site cleaning, excavation and preparation for construction. The removal of contaminated soil is not anticipated. Low Impact development will be included in the design and construction of this project. Paving and site improvements include grading, parking, roadways, curds, sidewalks, landscaping, fencing, signs and storm-water drainage. Mechanical utilities include heating, ventilation and air conditioning, water lines, plumbing and plumbing fixtures, sanitary sewer lines, fire protection systems and supply lines. Envelope insulation goal is to meet 40% reduction off the ASHRAE A90.1 2007 & A189.1 2009. All three projects include the following: Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations and physical security in accordance with DOD Minimum Anti-Terrorism Standards for Buildings. Sustainable design features shall be included in the design and construction in accordance with Executive Order 13123 and other applicable laws and executive orders. The facility will meet a LEED Silver rating and comply with the Energy Policy Act of 2005 and Energy Independence Act of 2007. Low impact development will be included in the design and construction of this project as appropriate. Electrical utilities include primary and secondary distribution systems, lighting, transformers and telecommunications infrastructure. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of this contract is August 2013. The NAICS code for this project is 236220. All Service-Disabled Veteran-Owned, certified HUBZone, certified 8(a), and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. If you are an 8(a) contractor, please submit your SBA certification letter. 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 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. Contractor Capability Packages to include the below items: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope of this project 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 P-986, P987 and P989 as described herein. (2) Company Profile to include the following: 1. Number of employees 2. Office location(s) 3. Available bonding capacity per contract 4. DUNS number 5. CAGE Code 6. Small business designation/status claimed (3) If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. RESPONSES ARE DUE NLT September 11, 2012 at 2:00 PM (EDT). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Naval Facilities Engineering Command, Mid-Atlantic 9742 Maryland Avenue Norfolk, Virginia 23511-3689 Attn: Code OPHA18, Lindsay Naill or via express mail and hand delivery to: Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Bldg. Z140, Room 219 Norfolk, Virginia 23511-3689 Attn: Code OPHA18, Lindsay Naill Please note, respondents choosing to hand-deliver packages shall complete Attachment 1 (One Day Pass Request) a minimum of 5 days prior to the submission due date to ensure timely processing of base access paperwork. Base pass requests received after this timeframe will not be accepted. Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Lindsay Naill via email at lindsay.naill@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R4539/listing.html)
 
Document(s)
Attachment
 
File Name: N4008512R4539_P986,_P987_and_P989_SOURCES_SOUGHT_NOTICE.pdf (https://www.neco.navy.mil/synopsis_file/N4008512R4539_P986,_P987_and_P989_SOURCES_SOUGHT_NOTICE.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008512R4539_P986,_P987_and_P989_SOURCES_SOUGHT_NOTICE.pdf

 
File Name: N4008512R4539_Attach_(1)_one_day_pass_request.xls (https://www.neco.navy.mil/synopsis_file/N4008512R4539_Attach_(1)_one_day_pass_request.xls)
Link: https://www.neco.navy.mil/synopsis_file/N4008512R4539_Attach_(1)_one_day_pass_request.xls

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02847595-W 20120822/120821000556-b3a9928cb0a4548c8f5cbd022cec7ca3 (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.