SOURCES SOUGHT
Y -- T6 Facilities Recap Project, NAS CC, Phase II, Naval Air Station (NAS)Corpus Christi, Texas
- Notice Date
- 2/10/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, JACKSONVILLE Bld 903 Building 903 PO Box 30 NAS JAX, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945011RT6P2
- Response Due
- 3/3/2011
- Archive Date
- 4/1/2011
- Point of Contact
- William (Mike) McGrattan (904)542-6811
- 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. A Market Research is being conducted to determine small business, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) and HUBZone interest in the following construction projects. The solicitation number for this announcement will be N69450-11-R-T6P2 entitled T6 Facilities Recap, Phase 11, NAS Corpus Christi, Naval Air Station (NAS) Corpus Christi, Texas. The Naval Facilities Engineering Command Southeast (NAVFACSE) located in Jacksonville, FL will be the procuring agency for this project and intends to ultimately award a Firm Fixed Price (FFP) Design-Bid-Build construction contract in the estimated dollar range between $5M and $10M for Phase ii Package 1 and Above $10 million for Phase II Package 11. This source sought will result in two separate solicitations and contract awards. Anticipated award date is 4th Quarter Fiscal Year (FY) 2011 for Phase II Package 1 and 4th Quarter FY 2011/Swing FY 2012 for Phase II Package 2. Project Description: Phase II Package 1 covers Hagar 56 and Office Trailers. Phase II Package II covers Hangars 55 and 57. Project scope is to provide necessary repairs & modernization to three 75,000 square feet WWII era hangars, and provide approximately 15,000 square feet of office trailer swing space and utility connections to house hangar occupants during hangar construction. Scope inside the hangars includes replacement of interior walls, ceilings, and flooring, & structural, mechanical, plumbing, and electrical system repairs and/or replacement. Mold, asbestos, and lead based paint are likely to be encountered and must be properly dealt with. The hangar facilities are located next to active aircraft taxiways and parking aprons. Due to the historic nature of these hangars, their exterior appearance must be maintained. Structural steel and hangar deck painting will be option items dependent upon the magnitude of offers, and available funds. Replacement and installation of Interior storm and Anti terrorist Force protection windows are likewise options, dependent upon available funding. Project Scope covers the work for Phase II both packages. The NAICS code for this solicitation is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000. The government is only seeking a 2 to 3 page (this does not include the letter from the Surety and CCR registration) response. The information which must be contained in your response is as follows: 1) Name and address of company; 2) Point of contact with phone number and email address; 3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc); 4) Bonding capacity per individual project and overall bonding capacity (provide letter from the Surety on their letterhead) 5) Evidence of registration in CCR and provide CAGE Code and DUNs Number In addition to the general information above, interested offerors must provide the following specific information: 6) List three projects awarded to your company that were completed in the last five years for similar types of projects for which your firm was the prime contractor. If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per project why we should consider it; 7) For the projects above should be at a minimum $3Million. If they are not, identify the dollar value and explain in no more than one paragraph why we should consider it; 8) Were you the prime contractor on each of the projects listed in #5 above. If not then state your role and percentage of the work you completed on that project. 9) Are you affiliated with any other Small Businesses, Joint Ventures or have a formal partnership arrangement? If so then provide name(s) of these companies. Negative response is required if this does not exist. Respondents will not be notified of the results of the evaluation. NAVFAC SE 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 only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine whether or not this project should be set aside. Solicitation if/when issued will be posted on the Navy Electronic Commerce Online (NECO) website: HTTP://www.neco.navy.mil. Your response to this sources sought announcement must be received by 3:00 pm EST on 3 March 2011 and may be received electronically. Please ensure email size is limited to less than 5 MB and email your response to william.mcgrattan@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/61431391b97c6a936220ecbece2369dc)
- Record
- SN02377334-W 20110212/110210234419-61431391b97c6a936220ecbece2369dc (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 |