SOURCES SOUGHT
Y -- Paint and Blast Facility at Blount Island Command, Jacksonville, FL
- Notice Date
- 10/28/2010
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, IPT SOUTH ATLANTIC, Building 135N P.O. Box 30 NAS JACKSONVILLE, JACKSONVILLE, FL 32212
- ZIP Code
- 32212
- Solicitation Number
- N694501117448
- Response Due
- 11/9/2010
- Archive Date
- 11/24/2010
- Point of Contact
- Dianne L. Haymans, Contract Specialist
- E-Mail Address
-
dianne.haymans@navy.mil
(dianne.haymans@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is a sources sought announcement, a market survey for written information only. This notice does NOT constitute a request for proposal, request for quote, or invitation to bid. The intent of this notice is to identify potential offerors for determining whether to set-aside the requirement for small businesses. The work includes, but is not limited to, a design-bid-build paint and blast facility at Blount Island Command, Jacksonville, FL as follows: (WON 17448) Construct a 48,775 square foot paint and blast facility with supporting systems at Blount Island Command. The project includes administrative areas and high bay areas. The entire facility will be pile supported with concrete pile caps, grade beams and a structural slab. The building will be constructed of an architectural block base with metal siding above and a standing seam metal roof to house the paint, blast and cure booths included in the design. The project also includes mechanical, electrical, communications systems, fire protection systems, exterior lighting, roll-up doors, and paving elements. Also included are HVAC systems with electronic safety controls to monitor the supply and exhaust air balance for the painting, blasting and curing operations. The paint and blasting shop is responsible for surface preparation, including sandblasting, for the application of protective and functional paints, coatings, and films to equipment serviced on Blount Island Command. The largest item is Lighterage at 90 ™ long and 22 ™ wide. The North American Industry Classification System (NAICS) Code for this procurement is 236210 and the annual size standard is $33.5M. Estimated cost is more than $10,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. No evaluation letters and/or results will be issued to those responding. No reimbursement will be made for any costs associated with submission in response to the announcement or for any follow-up information requests. Interested parties should respond by providing the following information. 1) Relevant Experience of the Construction/Prime Contractor: Submit a maximum of (5) projects for the Construction/Prime Contractor describing the following: Describe projects completed in the last (3) years that are similar in size, scope and complexity. Information should be submitted on projects in the range of more than $10,000,000 that best demonstrate construction and design-build experience for industrial building construction type projects. For each of the completed contracts/projects submitted, provide the a) title; b) location; c) whether prime or subcontractor work; d) contract and subcontract value; e) type of contract; f) contract completion date; g) customer point of contact including phone number; h) percentage of self-performed work and narrative of work your firm performed; and i) the performance rating of the work. 2) Provide experience of qualified team members on relevant projects on 1) above working together as a construction team. 3) Bonding capacity of Prime Construction Contractor: Provide surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify whether the Prime Construction Contractor ™s firm is a SDB certified 8 (a), HUBZone, Service Disabled Veteran-Owned Small Business concern, or Other Small Business. For responding to items 1) and 2) above of this sources sought, similar and relevant projects include, but are not limited to: construction of paint and blast facilities with metal siding above and standing seam metal roof to house the paint, blast and cure booths of more than $10,000,000. Respondents will not be notified of the results of the evaluation. However, NAVFACSE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement, no evaluations letters and/or results will be issued to the participant. Interested parties should respond no later than 2:00 pm ET on November 9, 2010. Responses can be submitted via email if the contents are within 3 megabytes in size or can be mailed to NAVFAC SOUTHEAST, IPT SOUTH ATLANTIC, ATTN: Dianne L. Haymans, Building 135N, Post Office Box 30 NAS Jacksonville, Jacksonville, FL 32212.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/da55cf184ae4789c7d3909ea09855dfe)
- Place of Performance
- Address: Blount Island Command, Jacksonville, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN02318434-W 20101030/101028233956-da55cf184ae4789c7d3909ea09855dfe (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 |