SOURCES SOUGHT
Y -- N69450W590811 - Camp Keller Range Bays 1 & 3, 16410 Highway 67, Biloxi, Mississippi 39532.
- Notice Date
- 6/23/2008
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Jacksonville, N69450 NAVFAC SOUTHEAST, JACKSONVILLE P. O. Box 139 Jacksonville , FL
- ZIP Code
- 00000
- Solicitation Number
- N69450W590811
- Response Due
- 7/8/2008
- Archive Date
- 7/23/2008
- Point of Contact
- chris.mclaughlin@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. THE GOVERNMENT WILL NOT PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY SUBSEQUENT PROPOSAL IF ANY. The Naval Facilities Engineering Command Southeast (NAVFACSE) is conducting a Market Research to determine interest of potential SDVOSB, 8(a), HubZone, and Small Business sources as PRIME contractors. The solicitation number for this project, if applicable, will be determined at a later date. In the mean time please reference number N69450W590811 - Camp Keller Range Bays 1 & 3", 16410 Highway 67, Biloxi, Mississippi 39532. The NAICS code for this solicitation is for 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $31,000,000.00. The project consists of the design and construction of: Bay 1 This project will remediate and replace the berm and target system at the Camp Keller small arms range Bay 1 located in Woolmarket, on Highway 67, near White Plains, Mississippi in order to bring it up to code and in compliance with the requirements for Navy Small Arms Ranges. This project will enable the 20th Seabee Readiness Group to continue to train military personnel in advanced small arms warfighting training. Repairs will include remediation of the existing berm and increase in size to create a new impact berm, replacement of the old wooden control tower with a state of the art control tower, and firing line improvements. It will include a new target system with a commercial bullet trap. All necessary site work, utilities, demolition and Anti-Terrorism/Force Protection (AT/FP) measures will be included. Provide combination of berm/eyebrow total 26' high. Additional comment: Contractor should have familiarization with constructing small arm ranges, lead remediation and have a certified technician trained in proper unexploded ordinance remediation. Main scope items for Bay 1 1. Demolish the existing Butt system and berm. Use material as fill in new impact berm. 2. Demolish existing control Bldg. 3. Demolish existing Control Tower. 4. Provide new Control Tower. 5. Provide new restroom Facility. 6. Provide new impact berm/eyebrow approx 26. 7. Provide new LOMAH targets. 8. Keep the 200 yard firing line in its current configuration. Bay 3 This project will remediate and replace the berm and target system at the Camp Keller small arms range Bay 3 located in Woolmarket, on Highway 67, near White Plains, Mississippi in order to bring it up to code and in compliance with the requirements for Navy Small Arms Ranges. This project will enable the 20th Seabee Readiness Group to continue to train military personnel in advanced small arms warfighting training. Repairs will include remediation of the existing berm and firing line improvements to include: running of utilities, lighting at the 100M line, parking area, targeting system, demolition and AT/FP measures will be included. Contractor should have familiarization with constructing small arm ranges, lead remediation and have a certified technician trained in proper unexploded ordinance remediation. MODIFICATIONS TO BAY 3 1. Impact berm improvements: Build existing impact berm up to approx 26' height w/combination berm and eyebrow 2. New Divider Berm/Wall (Interior): Wall dividing Bay 3 into Bay 3L and Bay 3R. Approx 450 LF long and 14' high 3. New Divider Berm/Wall (Right Side) Wall between Bay 3 and Area 4. Approx 475 LF long and 14' high 4. Side Berm Improvements: Build up existing berm between Bay 2 and Bay 3 to 14' high 5. Gravel Paving: Provide entrance and parking 6. Drainage features (pipe, swales, BMPs - without a survey I'm just guessing at location/direction of flow) 7. Electrical power: for lights, generator, target motors, future bldg, etc 8. Lighting: Lighting at 100 Meter line 8. Concrete Pad at Target line: 150' x 4' wide each side x 2 9. BMPs (filter trench in front of impact berms and targets) 10. Range Ops Bldg: 6,118 SF 11. Covered Training Area: 1,000 SF 12. Bear Control system for Targets: 36 x 2 = 72 Turning Targets (6 Bears, 6 turning targets each for each side = 36 x 2 = 72 Turning Targets) 13. Communication between target system and controllers Anti-Terrorism/Force Protection (AT/FP) measures will be included. Supporting facilities include potable water, fire protection water, sanitary sewer, storm water, electrical power, CATV, telephone, fiber optics communications, paving, walks, parking, exterior lighting, and other miscellaneous site improvements. The estimated cost range is $9,000,000 to $9,500,000 with a 15-18 month design and construction schedule. Special design and construction features for this project include Sustainable design and construction features. Sources Sought Responses: Provide information on your firms 1) Experience, 2) Past Performance, and 3) Financial Strength to handle this contract. We are seeking feedback from only those firms who would be the prime design and construction firm or joint venture. We are NOT seeking feedback from subcontractors. 4) It is imperative that you also positively state that you have read the original sources sought synopsis available free at the US Governments Federal Business Opportunities web page at https://www.fbo.gov 1) Provide information concerning your Experience on similar design/build projects including a) Information on up to three recent (one of which was in the last 3-years), similar, completed design/build projects, including a description of the project, construction cost, completion date; b) Include the name of the A/E firm used and your relationship with that A/E; i.e. how many projects you have collaborated on, etc.; and, c) Describe your design/build experience beyond these 3 projects (if any). Please specifically address experience with the special construction features identified above. 2) Provide information concerning your Past Performance on your design/build projects as well as past performance on any other projects you feel are representative of the effort herein and provide information demonstrating satisfactory performance, and contact information for references. Under this factor, as distinguished from the previous factor, Experience covers what you have done, Past Performance covers how well you have done it. 3) Provide your Bonding Capacity and a copy of the first page of your Central Contractor Registration (CCR) profile from www.ccr.gov. Identify your business category: large or small (if small indicate which if any of the following Federal government sub-categories apply to your firm; Service Disabled Veteran Owned Small Business, 8(a), HubZone, or other type Small or Small Disadvantaged Business) 4) Please positively indicate in your response that you have visited https://www.fbo.gov, entered the sources sought number of N69450W590811 and fully read the published synopsis. It is imperative that we know you have read and are responding to the complete and original synopsis as published and NOT an abbreviated or summarized version thereof. Your response to this sources sought announcement must be received by 4:00 PM Eastern Time on Tuesday July 8, 2008 and must be received electronically. Do NOT call or mail your response. Please ensure all attachments are limited to 5 MB and that you email your response to chris.mclaughlin@navy.mil because of the routing process of the received information, phone calls and mailed literature are neither sought not desired.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae0665782e168b86a6e9f5ba038b3576&tab=core&_cview=1)
- Record
- SN01598886-W 20080625/080623215532-ae0665782e168b86a6e9f5ba038b3576 (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 |