Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
DOCUMENT

Y -- SOURCES SOUGHT FOR TINIAN TAXIWAY EXTENSION AND ASIA PACIFIC RESILIENCY (APR) MAINTENANCE SUPPORT FACILITY - Attachment

Notice Date
4/5/2018
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274218RSS02
 
Response Due
4/19/2018
 
Archive Date
4/20/2018
 
Point of Contact
B. Lum
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR TINIAN TAXIWAY EXTENSION AND ASIA PACIFIC RESILIENCY (APR) MAINTENANCE SUPPORT FACILITY. This is a Sources Sought announcement only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation because there is no bid package or solicitation available. 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. Naval Facilities Engineering Command (NAVFAC) Pacific, Architect-Engineer/Construction Contracts Division, is seeking to consolidate two (2) projects into a single contract for the construction design-bid-build of a Cargo Pad with a Taxiway Extension and a Maintenance Support Facility in Tinian. Cargo Pad with a Taxiway Extension project requires construction of a Cargo Pad using Portland Cement Concrete (PCC) including taxiway connections to the airfield runaway and other taxiways, NAVAIDS (e.g., lighting and markings), cargo staging area, fire protection, production well, water transmission, water storage and chlorination system, electrical distribution, HACCP Quarantine area, and all necessary supporting facilities for a complete and usable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirement s per UFC 4-010-01. The North American Industry Classification System (NAICS) may include Subsection 237310 Highway, Street, and Bridge Construction. Estimated cost is between $25 $50 million. The estimated completion time is 840 days. Proposed Maintenance Support Facility requires construction of a maintenance support facility with a slab on grade foundation, cast in place, tilt up to precast concrete walls with typhoon shutters and a cast in place or precast concrete roof. The project includes site improvements, pavements, utilities, environmental remediation, archeological monitoring, explosive safety monitoring as well as all other supporting work necessary for a complete and useable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirement s per UFC 4-010-01. The North American Industry Classification System (NAICS) may include Subsection 236220 Commercial and Institutional Building Construction. The estimated cost is between $1 $5 million. The estimated completion time is 480 days. Interested sources having the capability to perform this work are invited to submit a completed questionnaire and qualifications, limited to 20 pages (8-1/2 x 11 , duplex), by 19 April 2018, 2:00 p.m., HST. Page limitations excludes bonding, financial statements, and past performance information. Documents may be submitted via electronic mail to scott.fukumae@navy.mil or mailed to Mr. Bryson Lum, NAVFAC Pacific (ACQ31), 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134. Complete information must be submitted as the Government will not seek clarification of information provided. The Government will not contact the concern for clarification of information. The market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will be not be issued to any respondent.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274218RSS02/listing.html)
 
Document(s)
Attachment
 
File Name: N6274218RSS02_P-9030_and_P-9040_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6274218RSS02_P-9030_and_P-9040_Sources_Sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274218RSS02_P-9030_and_P-9040_Sources_Sought.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04879922-W 20180407/180405231405-cad3f15fce83fd3f4b839c8d2440f1aa (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.