DOCUMENT
Y -- Construction of Structures and Facilities - Attachment
- Notice Date
- 12/27/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
- Solicitation Number
- N4425513MKTG7
- Response Due
- 1/14/2013
- Archive Date
- 7/14/2013
- Point of Contact
- Andy Hart, 360-396-0235
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool. The Government is seeking industry comments in relation to the use of Project Labor Agreements (PLA) in an upcoming project for P-251 Operational Training Facility for the Multi-Mission Maritime Aircraft (MMA)/ P-8A at Naval Air Station Whidbey Island, WA, under NAICS classification 236220, Industrial Building Construction. The applicable size standard is $33.5 million average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. The general scope of this requirement is for the Design / Build Construction a two story, 101,104 SF Operational Training Facility for Multi-Mission Maritime Aircraft (MMA)/P-8A. The facility includes space for eight Operational Flight Trainers (OFT), and six weapons tactical trainers (WTTs) with associated support network and communications equipment, classrooms and administrative spaces. The facility will include bridge cranes, Special Access Program Facility (SAPF) spaces, and extensive networking equipment. The new facility will be built where an existing facility exists and will require demolition with hazardous waste disposal required. Approximately 4,000 SF of classroom space will be reutilized in two adjacent buildings as part of this project. The project will be located at Naval Air Station Whidbey Island, WA The estimated total contract price range, per DFAR 236.204, is between $25,000,000 and $100,000,000. This procurement shall be in accordance with FAR 52.225-9/11/12, Buy American Act “ Balance of Payments Program “ Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract for the design and construction of large non-pre engineered building (PEB) facilities, SAPF infrastructure, facilities with integrated bridge cranes, industrial size power equipment and installation of network communications equipment. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Project Labor Agreement Inquiry Form. Total pages limited to three (3) single sided 8 ½ x 11 pages for the Project Labor Agreement Inquiry Form response and two (2) single sided 8 ½ x 11 pages for a cover letter. Using the forms provided, the following information is requested: 1) Cover Letter, including the following: a) Name of the Firm, DUNS number, address and point of contact information. b) Identify the size of your company (i.e. SBA certified 8(a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Small Business concern, and/or a large business.) For more information on the definition or requirements for these, refer to http://www.sba.gov/. c)List any previous experience with contracts including PLA ™s. 2) Completed Project Labor Agreement Inquiry Form. Please respond to this sources sought announcement by 2:00 p.m. 14 January 2013 to Naval Facilities Engineering Command Northwest, Non-Regional Acquisition, Attn: Andrew Hart, 1101 Tautog Circle, Silverdale, WA 98315. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the feedback. However, NAVFAC Northwest will utilize the information for technical and acquisition planning. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. All NAVFAC Northwest solicitations are posted on www.neco.navy.mil beginning with "N44255".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425513MKTG7/listing.html)
- Document(s)
- Attachment
- File Name: N4425513MKTG7_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx (https://www.neco.navy.mil/synopsis_file/N4425513MKTG7_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4425513MKTG7_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4425513MKTG7_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx (https://www.neco.navy.mil/synopsis_file/N4425513MKTG7_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx)
- Place of Performance
- Address: Naval Air Station Whidbey Island, Oak Harbor, WA
- Zip Code: 98277
- Zip Code: 98277
- Record
- SN02955971-W 20121229/121227233837-0ac200ee89a3447a9992d1425fc0a808 (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 |