Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS

Y -- Y -- CONSTRUCTION OF THE NEW NMFS RESEARCH LABORATORY FACILITY -- POTENTIAL SOURCES SOUGHT

Notice Date
August 8, 2001
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
ZIP Code
98115-6349
Solicitation Number
Reference-Number-NA
Response Due
August 24, 2001
Point of Contact
Judi Jzyk, Contract Specialist, Phone (206) 526-6039, Fax (206) 526-6025, Email judi.m.jzyk@noaa.gov
Description
The National Oceanic and Atmospheric Administration (NOAA) is seeking to identify potential small business sources to construct a new research laboratory facility in Juneau, Alaska, for the National Marine Fisheries Service. The work will consist of construction of a two-story steel frame facility with exterior materials being glass, metal shingles, and metal panel curtain wall systems. The primary buildings consist of public commons, office/administrative, laboratory/research and an integrated biological waste treatment area for all wastewater. A partial basement is included under the laboratory that will house the heating plants, mechanical and electrical equipment. The primary building, outbuildings, basement and penthouses total an area approximately 102,000 square feet. The building functions include multi-purpose rooms, library, administrative and research offices, wet and dry labs, and outdoors covered research area. The several outbuildings include a utility building containing the shop/emergency generator, seawater filter/tank building and wet well/pump house building. Site improvements on the project's twenty-two (22) acre site include blasting, excavation, paving, site amenities, site utilities, lighting, parking, landscaping, and a seawater system with seawater intake lines, a wet-well/pump-house, and filter/storage tanks. This acquisition is being considered as a 100% Small Business Set-Aside. The estimated cost range for this project is between $25 and $50 million. The performance this project is approximately a two (2) year period. This market survey/Request For Information (RFI) is for planning purposes only and shall not be considered as a request for proposals or as an obligation on the part of the Government to acquire any products or services. The Government does not plan to award a contract based on the responses to this RFI or otherwise pay for responses to this RFI. This proposed project is still in the acquisition planning phase and no final decision has been made in its procuring method. The information you provide may be utilized by NOAA in developing its acquisition strategy. Any subsequent actions resulting from the evaluation of information provided as a result of this RFI may be synopsized at a future date. Responses of interest should include: 1) a statement of the firm's basic qualifications including its DUNS number, its size status, whether it is registered as a small business in SBA's PRONet database, confirmation that a project of this size would not change the firm's size status during the performance of the work, and whether the firm is planning to bid as a prime, subcontractor or supplier ; 2) a description of the firm's financial capability to successfully finance a project of this size; 3) copies of the firm's business license to conduct this type of business within the State of Alaska; and 4) provide bonding capability information, listing the bonding company you intend to use, confirmation from that bonding company of the firm's upper most bonding limit, and a listing of outstanding bond values. The bonding company must be currently listed on the Treasury Circular 570 as an acceptable surety for Federal contracts conducted within the State of Alaska and documentation showing the bonding company's rating of "A" according to "Best's Key Rating System". Firms responding to this RFI should also indicate whether or not they are a small, small disadvantaged, woman-owned, service-disabled veteran, and/or HUBZone certified business concern. The NAICS Code of 233320 applies which has a small business size standard of $27.5 million. Responses should be as concise as possible and should be sent via e-mail to Judi.M.Jzyk@noaa.gov , or via regular mail to: NOAA/WASC/AMD, Attn: Judi Jzyk, 7600 Sand Point Way NE, Seattle, WA 98115. Responses of interest are due by close of business, August 24, 2001. Inadequate responses or insufficient responses from prime contractors, may cause this procurement to be solicited under Full and Open (unrestricted) competitive procedures. This is not a request for proposals.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NOAA/WASC/Reference-Number-NA/listing.ht ml)
Record
Loren Data Corp. 20010810/YSOL013.HTM (D-220 SN50U454)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on August 8, 2001 by Loren Data Corp. -- info@ld.com