Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOURCES SOUGHT

J -- Retrofit of Overhead Lighting Fixtures and Illuminated Exit Signs

Notice Date
6/15/2011
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
N40084 NAVFAC FAR EAST, FEAD YOKOSUKA PSC 473, Box 13, FPO AP 96349-0013 Building 4364, Tomari-cho, Yokosuka Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008411R0499
 
Response Due
6/29/2011
 
Archive Date
7/14/2011
 
Point of Contact
Primary Point of Contact:
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement. This procurement is pursuant to NAICS Code 561990 All Other Support Services, with a $6.5 million/ ¥650 million threshold, to include all subsidiaries and any parent company. Services are for the survey, removal, installation of energy efficient materials/equipment, and disposal for 275 separate facilities onboard all facilities comprising Commander Fleet Activities, Yokosuka, Japan installations. Services include replacing existing overhead lighting fixtures, bulbs, and magnetic ballast with energy efficient overhead lighting fixtures, bulbs, and electronic ballast for 30 facilities. Services also include replacing existing illuminated exit signs and replacing with Electroluminescent (LEC) type exit signs with the ISO 7010 pattern and both English and Japanese writing. Detailed survey information will be provided as a part of the solicitation for exit sign locations, styles, and mounting for 66 facilities, Contractors must field verify the current survey data and conduct surveys of overhead lighting for all facilities and exit signs for the remaining 209 facilities in order to provide acceptable replacement equipment with the same or similar mountings, wattages, compatible electrical current/voltage requirements, correct egress markings, and sufficient battery back-ups for exit signs. Approximate totals of exit signs and overhead lights will be provided for estimating purposes as a part of the solicitation. Actual values may vary (plus or minus 10%) at no additional cost to the Government. This service is a one-time replacement with an execution period of 180 days from date of award to include survey, procurement, installation, and disposal of fixtures. Below is the estimated workload data to help determine the number of facilities and approximate numbers of fixtures in order to provide the contractor pertinent data information that will help them determine their capability to perform the services. These are estimates only of services that may be rendered. Facility Information Overhead Lighting Only “ 1 Facility Exit Sign and Overhead Lighting “ 30 Facilities Exit Signs Only “ 244 Facilities No solicitation exists at this time; therefore, please do not request a copy. If a synopsis or solicitation is released it will be posted in FedBizOpps at www.fbo.gov. It is the potential offeror's responsibility to monitor this website for any postings resulting from this Sources Sought. Companies capable of performing as a prime contractor that meet the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information. 1. Name, address, business size, and annual revenue for the past 3 years. 2. Affiliate information: parent company, joint venture partners, and potential teaming partners. 3. Proof of satisfactory past performance on similar in size and scope projects exceeding $1 million/ ¥100 million in value. Past performance must be within the last five years. Include contract numbers, project titles, contract value, points of contact with e-mail addresses and a statement to why the project is relevant to this sources sought notice. 4. Demonstrate adequate financial resources to perform the contract or ability to obtain them. 5. State maximum bonding level per contract and aggregate. 6. Experience in managing and coordinating subcontractors necessary to complete contractual requirements of commercial or Federal projects exceeding $1 million/ ¥100 million in value. This should include engineers, project managers and superintendents with proven experience on similar projects. 7. Ability to provide or obtain all necessary construction and technical equipment. 8. Knowledge of and past experience with Government construction regulations, OSHA safety standards, and Leadership in Energy and Environmental Design (LEED) standards. 9. A positive statement of your intention to propose as a prime contractor on any solicitations that may be released as a result of this sources sought notice. Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-9) as stated above. All responses shall be submitted to Riho Ogawa at riho.ogawa.ja@fe.navy.mil or Bai Perney at bai.perney@fe.navy.mil no later than 14:00 PM, Japan Time, June 29, 2011. Please reference "LEC Exit Sign Replacement-Yokosuka Japan" in any response. This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award, all interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084A/N4008411R0499/listing.html)
 
Record
SN02472925-W 20110617/110615234240-0f634ad7014d957580c04cff8a7e2cc3 (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.