SOURCES SOUGHT
Y -- Vehicle Maintenance and Supply Storage Facility
- Notice Date
- 10/3/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
- ZIP Code
- 29406
- Solicitation Number
- N62467-02-R-0506
- Point of Contact
- Agnes Copeland, Contracting Officer, Phone 843-820-5975, Fax 843-818-6866, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
- E-Mail Address
-
copelandap@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
- Description
- The proposed contract N62467-02-R-0506 listed herein is being considered for 100% 8(a) or HUBZone Set-Aside. All interested 8(a) or HUBZone concerns will notify this office via email of their intention to submit a proposal on the proposed contract as Prime no later than 11 OCT 2002. NOTE: 8(a) and HUBZone firms: This notification/submittal MUST include (1) the name, address, and small business size status of the firm; (2) past performance references; (3) evidence of experience in the design and construction of similar size and complexity (construction costs between $1,000,000 and $5,000,000); (4) experience in Vehicle Maintenance and Supply Storage Facility; (5) experience in design-build projects; and (6) Specify the name of the entity or entities (whether it is the prime contractor or one or more first tier subcontractors to the prime contractor) which will perform the manufacturing, installation and testing of the 30-ton crane to be installed in the VMF. Each entity, whether it is the prime contractor and/or one or more first tier subcontractors to the prime contractor, which will perform the 30-ton crane manufacturing, installation and testing must have satisfactorily performed or participated in crane manufacturing, installation and testing of two (2) or more cranes of similar capacity projects which were satisfactorily constructed within the years 1997 to date. Cranes with capacities less than 20 tons are not considered to be of similar capacity. (a) For each entity, include two or more projects for cranes which demonstrate that each entity meets the criteria set forth in Paragraphs (b thru d) below. The project information shall include, at a minimum, the following information: (i)the contract name or number, completion date of the project, and the total cost of the project; (ii)the names and telephone numbers of the facility or installation for whom the crane manufacturing and installation was performed; (iii)the name and telephone number of a supervisory level point of contact at each facility or installation who has knowledge of the performance of the entity or entities. (b) Each entity should provide a brief technical description of the cranes listed in response to paragraph (a) above. This description shall include the size and capacity of the cranes and a description of the crane?s hoist configuration, drive system, and control system. Provide information regarding any special features or unusual circumstances that these crane(s) had to meet. (c) Each entity shall provide a sample general arrangement drawing for one (1) of the cranes identified in response to paragraph (a) above, showing the key dimensions and clearances. The drawing shall show a plan view and front and side elevations. (d) In accordance with RFP, the crane must be constructed to the design drawings of registered professional engineers. Accordingly, each entity shall indicate whether it possesses in-house design engineers from the needed disciplines to design the crane required by this solicitation or, provide the name and design capabilities of the firm acting as your design agent. Provide the name(s), license number and state of registration of the Professional Registered Engineer(s) developing and overseeing the outcome of the crane design. If adequate interest is not received from 8(a) concerns, consideration will then be given to setting the requirements aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, then the requirement will be issued unrestricted. Also, if adequate interest is received from 8(a) and HUBZone concerns, it is the Contracting Officer's determination on how this will be set-aside IAW SBA Procedural Notice, Control No.: 8000-553 dated 10-10-2001. The contract will be identified as N62467-02-R-0506. This project will be issued as a Two-Phase Design Build Solicitation. It consists of the design and construction of a VEHICLE MAINTENANCE AND SUPPLY STORAGE FACILITY, NAVAL AND MARINE CORPS RESERVE CENTER, (NMCRC) WACO, TEXAS. The Supply Building will be the renovation of an existing Masonry Building that is 3923 square feet. The Vehicle Maintenance Building will be a new masonry structure, no larger than 7,400 square feet with a 30-ton crane. The facility shall also be constructed in accordance with DOD Standards for Anti-Terrorism/Force Protection Requirements. Site improvements include a new loading ramp, improvements to existing fencing, and a wash rack facility. The work includes all incidental related work to provide a complete and usable facility. NAICS is 236220 and Size Standard is $28.5M. All interested 8(a) Set-Aside or HUBZone Set-Aside concerns will notify this office via email to copelandap@efdsouth.navfac.navy.mil no later than October 11, 2002. This e-mail MUST include the requirements (1) through (6) listed above.
- Place of Performance
- Address: Naval and Marine Corps Reserve Center (NMCRC), Waco, TX
- Record
- SN00181784-W 20021005/021003213430 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |