Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2010 FBO #2966
SOURCES SOUGHT

Y -- DE-09-1132 Demolish Various Facilities

Notice Date
1/5/2010
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PWD OCEANA FACILITIES ENGINEERING & ACQUISITION DIVISION 953 Hornet Drive Suite 213 Virginia Beach, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510B0008
 
Response Due
1/12/2010
 
Archive Date
1/13/2010
 
Point of Contact
PrimaryAllie Hernandez(757) 433-1029
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
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 Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing approximately 1000 SF of building construction and the demolition of 18 buildings and structures at Naval Air Station Oceana and at the Dam Neck Annex. The contractor will provide: 1. The contractor will provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide the complete demolition of structures including foundations to a minimum of 3'-0" below grade. The contractor shall be responsible for control of and proper disposal of all demolition and construction generated waste, demolition and proper terminations of associated utility systems including water, sanitary sewer, high voltage electrical and communication services. Contractor shall be responsible for coordination of utility disconnections and repairs with Navfac Midlant Utilities department, NMCI, NCTAMSLANT, COX Communications and other utility system operators as indicated by the Contracting Officer. 2. All building sites shall be restored with new fill, top soil, grass seed and/or asphalt and concrete paving as indicated. The contractor will be responsible for all environmental controls and testing required by state, federal, and local laws to include lead paint, asbestos abatement, petroleum contaminated soil disposal and fuel tank closures in accordance with all state, local and federal regulations. The magnitude of this construction project is between $1,000,000 and $5,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services prior to 30 September 2010. The appropriate NAICS code for this procurement is 238910. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include number of employees, office location(s), available bonding capacity per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. If status is a HUBZone, a statement that your firm presently qualifies in all respects as a HUBZone. RESPONSES ARE DUE NLT 12 JANUARY 2008, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, PWD Oceana; (Attn: Allie Hernandez); 953 Hornet Drive Suite 213 Building 820, Virginia Beach, Virginia 23460-2190. Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Allie Hernandez either by email at altanelle.e.hernande@navy.mil or phone 757-433-1029.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470VB/N4008510B0008/listing.html)
 
Record
SN02034925-W 20100107/100105235649-27523a2b73494a53bb6b0622fbb7927a (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.