Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
DOCUMENT

Y -- Sources Sought for Design and Construction of Munitions Storage Igloos - Attachment

Notice Date
4/12/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274218IGLOO
 
Response Due
4/27/2018
 
Archive Date
5/12/2018
 
Point of Contact
Michael Jones (808)471-4666
 
E-Mail Address
Michael Jones
(michael.o.jones@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis to perform market research for a Design-Build construction project. The intent of this synopsis is to identify potential Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC) that are capable of constructing approximately 40 munitions storage igloos, to include obtaining bonding in the range of $50M to $100M. NAVFAC Pacific will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holder ™s list. After review of the responses to this synopsis, a pre-solicitation announcement will be published in the Federal Business Opportunities (FedBizOps) if the Government intends to proceed with this procurement. The scope of work may include the construction of munitions storage igloos utilizing conventional design and construction methods at Andersen Air Force Base, Guam. Facilities will include reinforced concrete foundations, rated 7-bar construction, structural steel blast doors, floor slabs, columns, beams, lighting and electrical support, lightning protection systems, intruder detection systems, fire protection systems. Work may also include utilities and connections, site improvements, road construction, loading aprons and demolition of substandard earth covered munitions igloos. All facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements; UFC 1-200-02, High performance and Sustainable Building Requirements; and the U.S. Air Force Munitions Facilities Standards Guide, Volume 1, 31 May 2004. All facilities must be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. The North American Industry Classification System (NAICS) is 236220, Commercial and Institutional Building Construction. The applicable size standard is $36.5 million. The Government will evaluate responses based upon experience, past performance, financial and bonding capacity. Offerors shall complete and submit the attached Questionnaire (Attachment 1), the Experience Questionnaire (Attachment 2), and if applicable, the Customer Evaluation (Attachment 3). If you have PPIRS/CPARS evaluations for the projects submitted in Attachment 2, do not solicit evaluations from your customers. Submit the PPIRS/CPARS evaluations instead. If you do not have PPIRS/CPARS evaluations for the projects submitted in Attachment 2, please solicit evaluations from your customers on Attachment 3 and submit it with Attachment 2. Offerors possessing the capability to perform this work are invited to submit its qualifications using the attached forms by 2:00 p.m. HST on 27 April 2018. Documents may be submitted via electronic mail to michael.o.jones@navy.mil or mailed to Mr. Michael Jones, 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. This 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 does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. 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/N6274218IGLOO/listing.html)
 
Document(s)
Attachment
 
File Name: N6274218IGLOO_N6274218IGLOO_Attachment_1_Questionnaire.docx (https://www.neco.navy.mil/synopsis_file/N6274218IGLOO_N6274218IGLOO_Attachment_1_Questionnaire.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6274218IGLOO_N6274218IGLOO_Attachment_1_Questionnaire.docx

 
File Name: N6274218IGLOO_N6274218IGLOO_Attachment_2__Experience_Questionnaire.docx (https://www.neco.navy.mil/synopsis_file/N6274218IGLOO_N6274218IGLOO_Attachment_2__Experience_Questionnaire.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6274218IGLOO_N6274218IGLOO_Attachment_2__Experience_Questionnaire.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04886713-W 20180414/180412230557-a2b6fc425af90b3176167b1f5a010492 (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.