Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOURCES SOUGHT

Y -- Sources sought for Design-Build Child Development Center at NAS, JRB Ft. Worth, TX

Notice Date
8/7/2007
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FTWORTHTXCDCSS
 
Response Due
8/21/2007
 
Archive Date
9/5/2007
 
Description
Sources sought for Design-Build of P038 Child Development Center at NAS, JRB Ft. Worth, TX THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION 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 OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. 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. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone, and Service Disabled Veteran-Owned Small Business sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The proposed project will provide a new Child Development Center of approximately 1100 m2. The upper limit cost for the project is $4,350,000. The contract will be for a term of less than one year. The North American Industry Classification System (NAICS) Code is 236210 with a Small Business Size Standard of $28.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone Small Business, or Service Disabled Veteran Owned contractors: first priority, or whether to issue a solicitation as full and open competition (unrestricted): second priority. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: This project is located at NAS, JRB Ft. Worth, TX. The project will include the design and construction of a new Child Development Center for approximately 118 children. The facility features Activity Rooms, Kitchen facilities, Administrative spaces, and outdoor playgrounds/equipment. The work also includes site improvements, utilities, and demolition of an existing structure. 1. Provide examples of projects worked as a Design/Build prime contractor within the last three years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 2. Provide recent project examples demonstrating design experience of child care facilities, and include unique or innovative design solutions of interior spaces and outdoor play areas, and reflect the architect?s comprehensive knowledge of children and design.. Describe how the examples demonstrate compliance with criteria and guidelines published in the Whole Building Design Guide for Child Development Centers, including how the designs and materials reflected a non-institutional feel. 3. Bonding Capacity: Provide surety?s name, your maximum bonding capacity per project, and your maximum aggregate bonding. 4. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, or Service Disabled Veteran-Owned small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 2:00 PM(EDT), 21 August 2007, via email to selethia.middleton@navy.mil. The subject line of the email shall state: P038 Child Development Center at Ft. Worth, TX. Responses that do not meet all requirements or submit within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
 
Place of Performance
Address: FORT WORTH, TX
Zip Code: 76101
Country: UNITED STATES
 
Record
SN01364909-W 20070809/070807222359 (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.