Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
MODIFICATION

Y -- P-259 P-8A Aircraft Apron and Supporting Facilities; Naval Air Station Whidbey Island, WA - Amendment 1

Notice Date
9/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425515MKTG2
 
Response Due
7/11/2014
 
Archive Date
10/4/2014
 
Point of Contact
Ingrid A. Anders, Phone: 360-325-0877
 
E-Mail Address
ingrid.anders@navy.mil
(ingrid.anders@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought information form Sources Sought General Information Document Type: Sources Sought Notice Solicitation Number: N4425515MKTG2 Posted Date: September 4, 2014 - This was originally posted on June 26, 2014 Classification Code: Y - Construction of Structures and Facilities NAICS Code: 236220 - Commercial and Institutional Building Construction Contracting Office Address Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Ingrid Anders, 1101 Tautog Circle, Silverdale, WA 98315 Description This is a modification to the Sources Sought Synopsis originally posted on June 26, 2014. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 236220 Commercial and Institutional Building Construction. The applicable size standard is $36.5 M, average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The project will be located at Naval Air Station Whidbey Island, WA. The general scope of this requirement consists of the following: 1. Expand existing aircraft apron by approximately 422,490 SF. 2. Reconfigure existing apron to accommodate the new P8 (Boeing 737) aircraft. 3. Demolish existing rinse rack, sonobuoy storage and Liquid Oxygen (LOX) shelter facilities. 4. Construct new rinse rack, 10,000 sqft sonobuoy storage and 2,704 sqft LOX shelter facilities. The estimated total contract price range, per DFAR 236.204, is between $10,000,000 and $25,000,000. This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act - Construction Materials under Trade Agreements. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design-bid-build construction contract for work similar in size scope and complexity. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ½ x 11 pages for a cover letter. 1) Name of the Firm, DUNS number, address and point of contact information. 2) Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 3) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify that you are willing to work at the specified location. 5) Experience: Using the Sources Sought Information Form, submit a maximum of five(5) projects describing the government or commercial contracts/projects your firm has completed in the last five (5) years. Firms must demonstrate experience in the construction/renovation of facilities that are similar in size, scope, and complexity as indicated in this announcement. a. Firm must demonstrate the following special experience within the 5 projects submitted: • Construction of airfield concrete apron for heavy commercial or military aircraft. (Note: Asphalt experience will not be considered.) • Construction of Industrial facilities • Demolition b. Each project must meet the following requirements in order to be considered: • Minimum project cost of $7,000,000 to $10,000,000 • Minimum size of apron: 50,000 sqft • Contract completion no earlier than 1 Dec 2009 • New construction c. For each of the contracts/project submitted for experience, provide the • Title • Location • Whether prime or subcontractor work • Contract or subcontract value • Type of contract • Identify if design-build or design-bid-build • Contract completion date • Customer point of contact including phone number • Narrative description of the product/services provided by your firm d. Projects must have had a construction completion date no earlier than 1 Dec 2009 in order to be considered. e. Projects that do not include all information requested will not be considered when determining if qualified experience has been demonstrated. 6) Please respond to this "sources sought" announcement by 2:00 p.m. Friday, September 19, 2014 to Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Acquisition, Attn: Ingrid Anders, 1101 Tautog Circle, Silverdale, WA 98315. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. 7) All solicitations for NAVFAC Northwest are available at www.neco.navy.mil and are identified by using the code / UIC "N44255". No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC-NW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. See Attachment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425515MKTG2/listing.html)
 
Place of Performance
Address: Naval Air Station Whidbey Island, Oak Harbor, WA
Zip Code: 98278
 
Record
SN03502161-W 20140911/140909235746-a977a443068af83006b140404186b8e0 (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.