DOCUMENT
Y -- P-655 BAMS Mission Control Complex - Attachment
- Notice Date
- 10/31/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- Solicitation Number
- N6945013SS655
- Response Due
- 11/15/2012
- Archive Date
- 11/30/2012
- Point of Contact
- Anita Ludovici
- E-Mail Address
-
anita.ludovici@navy.mil
(anita.ludovici@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for the Construction of P-655, BAMS Mission Control Complex at Naval Air Station Jacksonville, FL. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), and Service Disabled Veteran-Owned Small Business (SDVOSB), and other Small Business sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The contract will be for a term of approximately 18 months. The estimated cost of construction for this project is between $15,000,000 and $20,000,000. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $33.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HUBZone, or SDVOSB contractors: first priority; issue a solicitation as a small business set-aside: second priority; or whether to issue an unrestricted solicitation with full and open competition: third priority. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement as required below that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: The project shall construct a new 2-story 30,986 SF BAMS Mission Control Center and Tactical Operations Center. This new facility will be located on a site where Building 798 currently exists. The demolition of B798 is part of this project. This new facility will consist of SCIF and EMI Shielded spaces. This project will also renovate Building 850 and approximately 1,000 SF of existing space in Building 848 and construct an antenna infrastructure at a remote site. This project includes all associated fiber routing to the remote antenna site to the new facility. 1.Provide a minimum of three (3) and a maximum of five (5) examples of projects performed as a prime contractor within the last seven (7) years of new construction projects which contain SCIF spaces with a project value of at least $15M. Indicate project specifics and provide references with names and phone numbers. 2.Provide at least one (1) project example(s) demonstrating experience constructing a Faraday cage (EMI shielded facility) utilizing sheet steel with RF welded seams within an existing or new facility completed in the past seven (7) years with a project value of at least $2M. Other types of RF shielding (examples: foils, modular, bolted, painted, soldered, etc) will not be considered. 3.Bonding Capacity: Provide surety ™s name, your maximum bonding capacity per project, and your maximum aggregate bonding. 4.Provide proof of SBA status. Certification documentation for either 8a or HUBZone status is required. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HUBZone, SDVOSB, or small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement no later than 15 November 2012, 2:00 pm EDT via email to anita.ludovici@navy.mil. The subject line of the email shall read: P-655, BAMS Mission Control Complex at Naval Air Station Jacksonville, FL. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/60fc866c79888b964658c1ffb0a01a47)
- Document(s)
- Attachment
- File Name: N6945013SS655_Sources_Sought_13SS655.pdf (https://www.neco.navy.mil/synopsis_file/N6945013SS655_Sources_Sought_13SS655.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6945013SS655_Sources_Sought_13SS655.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6945013SS655_Sources_Sought_13SS655.pdf (https://www.neco.navy.mil/synopsis_file/N6945013SS655_Sources_Sought_13SS655.pdf)
- Place of Performance
- Address: Naval Air Station (NAS), Jacksonville, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN02921750-W 20121102/121031233946-60fc866c79888b964658c1ffb0a01a47 (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 |