Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2016 FBO #5208
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE FOR CONSTRUCT, P-026, POWERTRAIN FACILITY AT CORPUS CHRISTI ARMY DEPOT, NAVAL AIR STATION CORPUS CHRISTI, TX

Notice Date
2/24/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945016R1005
 
Response Due
3/31/2016
 
Archive Date
9/30/2017
 
Point of Contact
William śMike ť McGrattan, NAVFAC-SE, IPT-Gulf Coast
 
Small Business Set-Aside
Total Small Business
 
Description
This is NOT a solicitation announcement and there are no plans/specifications/drawings or bid package available for this project. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within NAVFAC Southeast to facilitate the decision making process. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Emerging Small Business, and/or Small Businesses (SB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal/Solicitation, Request for Quote, or Invitation for Bid and there are no plans or specifications for this notice. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. If a solicitation is issued the solicitation number MAY NOT be the same number as the source sought notice number. It is the potential offerors responsible to check the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and the Federal Business Opportunities website. NAVFAC Southeast is seeking qualified businesses with current relevant experience to perform the following as described below: Project Description: Construct a new Powertrain Facility to house rotary wing aircraft component rebuild activities and infrastructure. Primary facilities include flexible manufacturing space to house component maintenance processes, administrative spaces, rest rooms, support space, and a central energy plant within the footprint of this project. The Central Energy Plant replaces the existing (factory-wide), boilers/chillers and utility support that provide heating/cooling, water, electrical and compressed air for the machinery. The approximate square footage is 163,000 SF for both the Powertrain and Central Energy Plant. The building is a 3 story high-bay steel-frame structure on a roughly nine-foot high, engineered escarpment. The project includes retaining walls; underground cisterns; extensive primary medium voltage electrical infrastructure enhancements; Air Conditioning (Estimated 2000 Tons); Fire detection, alarm, and protection systems including water storage tanks; mass notification systems; Energy Monitoring and Control System (EMCS) connection; and Building Information Systems. USGBC LEED Silver Level Certification / Sustainability and energy enhancement measures are included. Facilities include energy efficiencies, building envelope and integrated building systems performance. Supporting facilities include connections to and distribution of all utilities systems: potable water, sanitary sewer, electrical, storm drainage, and lighting; overhead cranes throughout the facility; information systems, road, new parking lot and sidewalk paving; curb and gutter and reseal of existing pavement marking and signage; clearing and grubbing; erosion control measures; landscaping; excavation and embankment; low impact development features; and excavation and haul of borrow material. Access for individuals with disabilities will be provided. Comprehensive building and furnishings related interior design services are required. Project will also Demolish 8 buildings at Corpus Christi Army Depot, TX (approximately 125,000 Total SF). NAICS Code: 236220 “ Commercial and Institutional Building Construction with the annual size standard of $36.5 million. Project Magnitude is between $25,000,000 and $100,000,000. Submission Package: Interested sources are encouraged to utilize the attached Sources Sought Information Form. Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1. Contractor Information: Provide your firm ™s contact information, to include DUNS and Cage Code numbers. 2. Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 3. Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4. Bond Capacity: Provide your surety ™s name, your maximum bonding capacity per individual project. 5. Experience Submission Requirements: a. Submit a minimum of two (2) Design-Bid-Build or Design-Build projects of which one (1) must be new construction, that best demonstrate experience in performing efforts of a similar size, scope and complexity to the project description above. b. Projects submitted must be completed within the last seven (7) years or if not complete then the construction contract must be 80% complete. Complete is defined as the construction dollar value. c. With an approximate value of $40 Million or greater. d. Projects submitted shall also demonstrate the following: (1) Approximately 70,000 SF; (2) Managing multiple trades including site utility and infrastructure work; (3) Provide recent project examples demonstrating experience coordinating large- scale, high-bay steel structure; installation of overhead cranes; and, extensive construction within a confined area/site; (4) Provide recent project examples that have been awarded a USGBC LEED Silver Certification; and (5) Provide recent project examples that have included multi-phased construction to maintain existing operations and shorten construction timelines to meet operational need dates. A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. Submissions shall contain the following items below (a “ g) for each project submitted for consideration. a. Include Contract Number, if applicable b. Indicate whether Prime contractor or Subcontractor c. Contract Value d. Completion Date e. Government/Agency point of contact and current telephone number. f. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. g. Indicate whether the project is Design Build or Design-Bid-Build. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 10 pages. This package shall be sent by email, no larger than 6 MB, to the following email addresses: William.McGrattan@navy.mil and Barbara.Czinder@navy.mil. OR via mail to Naval Facilities Engineering Command, Southeast Attn: William śMike ť McGrattan, IPT-Gulf Coast P.O. Box 30 Jacksonville, FL 32212-0030 Or Naval Facilities Engineering Command, Southeast Attn: William śMike ť McGrattan, IPT-Gulf Coast Bldg. 903, Yorktown Jacksonville, FL 32212-0030 Submissions must be received at the email addresses cited or via mail no later than 3:00 PM Eastern Time on 31 March 2016. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to email addresses above or by phone to William śMike ť McGrattan at (904) 542-6811 OR Barbara Czinder at (904) 542-6834.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58701d8c373b9025e4afaba144f867ad)
 
Place of Performance
Address: NAVAL AIR STATION (NAS) CORPUS CHRISTI TEXAS, CORPUS CHRISTI, TEXAS
Zip Code: 78419
 
Record
SN04029808-W 20160226/160224235011-58701d8c373b9025e4afaba144f867ad (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.