Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2011 FBO #3367
SOURCES SOUGHT

Y -- The work includes the construction of a 54,325 square foot building and demolition of a portion of building 68 located on Pier 2 at the Naval Station, Newport RI.

Notice Date
2/10/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008511R7231
 
Response Due
2/22/2011
 
Archive Date
3/9/2011
 
Point of Contact
Lynn Lovejoy 757-341-1982
 
E-Mail Address
ilton
 
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 Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design/ Build and Design/Bid/Build Construction Services for P068, Electromagnetic Sensor Facility, Naval Station Newport Rhode Island. The magnitude of this construction project is between $10,000,000 and $25,000,000. Description of proposed project: The work includes the construction of a three-tier 54,325 square foot building on Naval Station, Newport, Rhode Island. The new facility will support Naval Undersea Warfare Center Division Newport, Rhode Island (NUWCDIVNPT) operations related to submarine sensor research, development, testing, and repair. The facility will include submarine sensor research and development laboratories, warehouse and administration spaces, specialized spaces for in-service repair and testing of various submarine sensors, and a five-story periscope tower. The construction site for the new facility, a paved area formerly used as fleet parking, is adjacent to piers 1 and 2 at Naval Station, Newport, Rhode Island. The construction site is of varying slope and soils at the site are known to contain naturally occurring arsenic. The new facility will be constructed using a conventional steel framed structure clad on the exterior with insulated metal panels, combined with a wainscot of concrete masonry veneer. Building roofs will be a combination of flat membrane roofing with portions of low sloped standing seam metal roofing. Additional exterior design elements will conform to the Newport Base Installation Appearance design guidelines. The building s interior structure will have concrete floors and shallow concrete spread footings. The facility will feature a complete security access control system and systems lighting controls, a fire alarm/mass notification system and emergency lighting and battery backup for critical computer systems, be partially Americans with Disabilities Act (ADA) compliant, and will have compliant ADA entry access and parking. Support facilities will include asphalt privately owned vehicle (POV) parking areas, access roads, site utilities, concrete entrances, security lighting, and sidewalks. The facility s mechanical systems will meet the Energy Policy Act of 2005 with the goal to meet or exceed the policy requirement to reduce energy consumption to 30% below American Society of Heating, Refrigerating, and Air Conditioning Engineers (ASHRAE) Standard 90.1 2004. The project will also be designed to be a Leadership in Energy and Environmental Design (LEED ) minimum Silver building in accordance with the U.S. Green Building Council (USGBC) guidelines (as designed the project meets LEED Gold rating). This project is expected to include bid options for furniture, fixtures, and equipment (FF&E), skylights, sunshades, rainwater harvesting, and hazardous material abatement and demolition of a portion of building 68 located on Pier #2 at the Naval Station, Newport, Rhode Island. 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. The appropriate NAICS code for this procurement is 236220. 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 business firms 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 requirements described herein. (2)Past Experience in performing design build projects within the last 5 years; (3)Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. 7. Annual revenue RESPONSES ARE DUE NLT 22 February 2011, 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, NE IPT 9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214) Norfolk, Virginia 23511-3689 Attn: Lynn Lovejoy Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Lynn Lovejoy either by email at lynn.Lovejoy@navy.mil or phone 757-341-1982 or Gary Milton by either email at Gary.Milton@navy.mil or telephone 757-341-1999.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R7231/listing.html)
 
Place of Performance
Address: Naval Station Newport Rhode Island, Newport, RI
Zip Code: 02841
 
Record
SN02377367-W 20110212/110210234438-8ac9d5ec5855a8aacaef8c6bfaea381c (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.