Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2012 FBO #3990
SOURCES SOUGHT

Y -- P601 -CONSTRUCTION OF ARMORY, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA

Notice Date
10/25/2012
 
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
N4008513R6001
 
Response Due
11/12/2012
 
Archive Date
6/30/2013
 
Point of Contact
PATRICIA LATHAN
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABE 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 P601 Armory, Cherry Point, North Carolina. The estimated contract value is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $33,500,000. The Federal Supply Code (FSC) is Y1GB. This will be a One-Phase Selection. Construct a low rise reinforced tilt-up concrete building wrapped in brick veneer, with walls supported on shallow or pile foundations. Structural steel framing will be required at the weapons cleaning areas, with reinforced CMU walls on the interior of the building. A reinforced concrete roof with standing seam metal roofing will also be required. Construction also includes a hazardous materials storage area and a guard shack for the armory. The guard shack will be constructed as a low rise steel framed building with reinforced concrete infill supported on shallow foundations with brick veneer and a standing seam metal roof. A secured and separate hazardous materials storage area will be constructed with a concrete slab and perimeter fencing. The project will include demolition of Building #3909 and relocation of Building #T4820 for a total square footage of 1,044 m2. Built-in equipment includes Hi-Density weapons racks (allows for the storage of more weapons in a compact and secure fashion), protective network distribution system (a protective, steel conduit used for secured networks), and an energy management control system. Information systems include voice/data communications and mass notification. This project falls outside the DoD Minimum Anti Terrorism Standards for Buildings, and has been designed in accordance with the Physical Security requirements of OPNAVINST 5530.13C, MIL-HDBK 1013/1A, and MCO 5530.14A. Special costs include post construction contract award services; which, includes geospatial surveying and mapping. Operations and maintenance support information is included in this project. Sustainable design principles will be included in the design and construction of the project in accordance with Executive Order 13423 (2007) and other laws and Executive Orders. Facilities will meet LEED ratings and comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007. Low Impact Development will be included in the design and construction of this project as appropriate. Site preparations include site clearing, excavation and foundation preparation. Electrical utilities include primary and secondary distribution systems, lighting, a transformer, telecommunications infrastructure, intrusion detection system, backup generator, and fire alarm. Mechanical utilities include fire protection supply lines, water distribution lines, sanitary sewer lines, compressed air, and a dehumidification system.. Paving and site improvements include parking for approximately 160 spaces and asphalt paved apron shall be provided inside the fenced perimeter of the armory. The Project will require LEED certification at the level of LEED Certified. All service-disabled veteran-owned small businesses, woman-owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and small businesses are encouraged to respond. 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 no later than June 2013. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It 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. This documentation shall address, as a minimum, the following: Past experience in the design bid build construction of armory facilities that are of equal or greater size to $7,000,000.00 including scope, and complexity within the past 5 years to include experience with tilt up concrete construction and electrical and site improvements as described in the description of work. Include 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 North Carolina State permitting requirements within the past 5 years. Past experience in LEED Strategy within the past 5 years. Past experience in Energy Savings Targets of LEED Certification within the past 5 years. Past experience in Conceptual Drawings within the past 5 years. If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. Also, please submit an 8A letter from the SBA stating that the protégé has a bona fide office in North Carolina. Company Profile to include number of employees, office location(s), available bonding capacity up to $10,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 12 NOVEMBER 2012, BY 2:00 PM Eastern Standard Time. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent BY MAIL to the following address: Commander Naval Facilities, Mid-Atlantic North Carolina IPT (ATTN: Patricia Lathan) 6506 Hampton Blvd., Bldg. C Room 1035 Norfolk, VA 23508 Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. All questions or comments regarding this notice shall be addressed to Patricia Lathan by email only to patricia.lathan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R6001/listing.html)
 
Record
SN02919364-W 20121027/121025234137-57a624b9bb59df224b72ca4ec8df206d (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.