SOURCES SOUGHT
Z -- RENOVATIONS TO BUILDING W-5, NAVAL STATION, NORFOLK, VIRGINIA
- Notice Date
- 2/25/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, PWD SEWELLS POINT FACILITIES ENGINEERING & ACQUISITION DIVISION DoN, Naval Facilities Engineering Command, Mid-Atlantic ROICC Sewells Point, 9324 Virginia Av. Bldg Z140 Room Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008510R5031
- Response Due
- 3/11/2010
- Archive Date
- 3/26/2010
- Point of Contact
- JOYCELYN SHARP-CLARK 757-445-8972 ANITA FREEMAN 757-445-8973
- E-Mail Address
-
joycelyn.sharpclark@navy.mil
(joycelyn.sharpclark@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. The project will be located at Building W-5, Norfolk Naval Station, Norfolk, Virginia. Building W-5 was constructed in the 1920's as a two-story storage facility. Several years later, a third story was added. Subsequently, it became a brig, a Port Operations Administration Building, and then was converted to office spaces for the Second Fleet Command. Currently the facility is utilized as swing space. This facility is now required for permanent office spaces for Carrier Strike Groups 2, 8, 10 & 12. Naval Station Norfolk (NSN) has the mission requirement to provide office space for the Carrier Strike Groups when they are home ported. This project will renovate the existing 24,624 square foot, three-story facility and provide three-story additions on the front and rear of the existing building adding 5,728 additional square feet. Existing fixtures, finishes and walls in the interior of the existing building will be totally demolished. This project will provide a completely renovated space for public toilets, an Admiral's suite (consisting of three offices, a private toilet, and a conference room), vending space, and open office space on each floor. The existing exterior metal stairs will be removed. Existing windows will be removed and new AT/FP compliant windows provided. The existing roofing system will be removed and new provided. The front addition will provide an ADA compliant entry ramp, exterior entry stair, egress stair, entry vestibule, elevator, badge room, and storage on each floor. The rear addition will provide an egress stair, galley, vending space, mechanical room, and electrical room, loading dock, NIPR/SIPR and telephone rooms. A sprinkler and fire alarm system will be added including a mass notification system and a new water line. Exterior brick walls will be pointed and repaired as needed. Site work will remove existing pavement and provide sod, new sidewalks, grass drainage swales, a dumpster enclosure, landscaping, bike rack, flag pole, and relocation of existing steam lines. This project will also have to comply with AT/FP criteria, LID and LEED Silver certification. The target award range for this project is $5,000,000.00 to $10,000,000.00. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses and Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in June 2010. The appropriate NAICS Code is 236220 with a size standard of 33.5 million dollars. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: (1)Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2)Company profile, to include number of employees, annual receipts, office location(s), available bonding capacity in excess of $10,000,000 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, Attn Joycelyn Sharp-Clark, 9324 Virginia Avenue, Room, 309, Bldg Z-140, Norfolk, VA 23511. Responses must be received no later than 2:00 pm Eastern Standard Time on 11 March 2010. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Joycelyn Sharp-Clark at the above address, via email at joycelyn.sharpclark@navy.mil, or via phone at 757-445-8972.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470SP/N4008510R5031/listing.html)
- Place of Performance
- Address: 9324 VIRGINIA AVENUE, RM 309, BLDG Z-140, NORFOLK, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02076684-W 20100227/100226094834-58576aa60246133fa200ee59b5a80aa4 (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 |