Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2004 FBO #1123
SOURCES SOUGHT

Y -- Multiple Barracks, Infrastructure and Demolition

Notice Date
12/21/2004
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-05-R-4204
 
Response Due
1/14/2004
 
Description
This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. The intent of this sources sought notice is to identify potential Section 8(a), HUBZone or Service Disabled Veteran Owned Small Business (SDVOSB) offerors capable of preparing the design and performing the construction of the three barracks, infrastructure and demolition at the Recruit Training Command, Great Lakes, Illinois. It is the intent and objective of the Government to obtain design/build services including labor, material, transportation, equipment and supervision required for the design and construction of two recruit barracks, a special recruits barracks, visitors center, gate 8 entry control facilities; infrastructure including voice, data, telephone, electrical, security and TV duct bank, steam loop system, potable loop system, fire protection water and sanitary sewer system, and demolition of fifteen existing facilities including but not limited to building structures, site utilities service disconnections, underground and overhead site utilities construction back to the main line, site vehicle and pedestrian pavement, site lighting, site signs, fencing, building and site furnishings, hazmat materials, contaminated soils and all other miscellaneous site improvements. When a future solicitation is issued, the RFP will provide the complete project program, site survey, utilities and geo-technical investigations, hazardous materials investigations, and performance specifications. The RFP will not include a floor plan or design solution. The NAICS Code for this proposed procurement is 236220 and the annual size standards is $28.5 Million. This proposed solicitation is being considered as a set-aside under Section 8(a) of the Small Business Act, a HUBZone set-aside under the Small Business Reinvention Act of 1997 or a SDVOSB set-aside under Section 308 of Public Law 108-183. Estimated cost of this potential contract is between $200,000,000 and $250,000,000. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will be the basis for the Navy?s decision to establish this requirement as a competitive 8(a), HUBZone, or SDVOSB set-aside acquisition. Interested 8(a), HUBZone or SDVOSB sources must submit a Statement of Capabilities (SOC), which describes in detail the firm?s capability to provide the design and construction of a project of this magnitude. SDVOSBs are encouraged to register at the U.S. Department of Veterans Affairs Vendor Information website at http://vip.vetbiz.gov/. Your SOC shall include the following: (1) Full name and address of the a) the construction firm and b) the design firm, and the year the firms were established. (2) Provide proof of 8(a) or HUBZone. If responding as an 8(a), provide the name and phone number of your SBA Business Opportunity Specialist. (3) Provide a letter from your surety indicating the ability to secure bonding up to $250 million. (4) Provide past performance documentation for a minimum of five previous design projects completed within the last five years that are similar in size, scope and complexity to this project. Provide past performance documentation for a minimum of five previous construction projects completed within the last five years that are similar in size, scope and complexity to this project. Include resumes and prior experience of key personnel for both the prime and planned subcontractors for a) the design team and b) the construction team. Provide points of contact with current telephone numbers for reference information on the listed projects. (5) Provide information on any planned teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and sufficiently detailed to allow the Navy to determine the firm?s qualifications to perform the defined work. Interested parties shall mail or hand deliver their responses to NAVFAC Midwest, Attention: Katie Kuehn, Contract Officer, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror?s SOC shall be received no later than January 14, 2005 at 2:00 p.m. Central Standard Time. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Navy, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice.
 
Place of Performance
Address: Naval Training Center, Great Lakes, IL
Zip Code: 60088
Country: USA
 
Record
SN00724675-W 20041223/041221212218 (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 |
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.