Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2017 FBO #5536
DOCUMENT

Y -- P1428 Rang Facilities Safety Improvements, Marine Corps Base Camp Lejeune, North Carolina - Attachment

Notice Date
1/17/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
Solicitation Number
N4008517R8317
 
Response Due
1/31/2017
 
Archive Date
2/15/2017
 
Point of Contact
Barbara Williamson
 
E-Mail Address
a.williamson@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THE INTENT OF THIS NOTICE IS TO IDENTIFY POTENTIAL OFFERORS FOR DETERMINING WHETHER TO SET-ASIDE THE REQUIREMENT FOR SMALL BUSINESSES. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the following: P1428 Construct three low rise range pit houses for target storage, head facilities and sound sheds. Construction to include reinforced exterior masonry walls, brick veneer, reinforced concrete floors, reinforced concrete roof with ballistic protection and cover boards. Construct two low rise head facilities with interior concrete masonry unit walls and reinforced concrete walls, brick veneer, ballistic protection and reinforced concrete foundation, floors, and roofs. Replace concrete range pit walls and associated earthen berms for Known Distance (KD) Ranges. Construction to include demolition of existing concrete pit walls, berms and reconstruction with reinforced concrete, new earthen berms, benches, and a target trench system. Construct three side safety walls. Construction to include cast in place concrete wall, wood, vinyl panels, steel columns, and reinforce concrete foundations. Project also installs a rubber matting at firing positions. Built in equipment includes public address system, benches and rubber matting for firing positions and safety berm, trench, target numbers and benches for the target system. Information systems include telephone, data, local area network, voice and data communication, public address, and fire alarm systems and infrastructure. Building architecture shall be Georgian as defined for the Stone Bay area. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the construction of this project as appropriate. Operations and maintenance support information is included in this project. Site preparation includes clearing and grubbing, earthwork, cut/fill, demolition of existing retaining wall and lead contaminated soil removal and disposal. Special foundation features includes undercut and backfill under building slabs. Paving and site improvements include grading, access road upgrades and asphalt paving, curbs, sidewalks, stormwater management, environmental protection measures, landscaping, building and roadway signage, and vehicle gates. Electrical utilities include upgrades to primary and secondary electrical distribution systems, common bank and telecommunications infrastructure. Also included are outside area lighting and transformers. Mechanical utilities include replacement of water lines, storm drainage and sanitary sewer lines. This project includes the demolition of the following buildings in order to clear the project site for new construction - Buildings #RR29 Public Toilet (28 m2), #RR30 Training Material Storage (251 m2), #RR31 Public Toilet (15 m2), #RR32 Latrine vic B Range (15 m2), #RR33 Training Material Storage (215 m2), #RR34 Public Toilet (28 m2), #RR35 Public Toilet (24 m2), #RR36 Training Material Storage (215 m2), and #RR37 Public Toilet (28 m2). All service-disabled veteran-owned, certified HUB-Zone, certified 8(a), and women-owned small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these services no later than July 2017. The appropriate NAICS Codes is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It 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 issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 20 pages total) demonstrating the ability to perform the requested services. Capabilities statements shall address, as a minimum, the following: Submit a minimum of one (1) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. The attached construction experience project data form shall be utilized to demonstrate experience. Of the projects submitted, at least one must be renovation/new construction. For purposes of this synopsis, relevant project is defined as follows: Size: Final construction cost of $10,000,000 or greater. Scope/Complexity: A renovation or new construction of a similar sized outdoor range facility (10 acres or greater) project or a large roadway, earthwork and horizontal construction project. Though requirements listed under complexity are mandatory, it is not required that all be included in one project. Requirements are allowed to be listed throughout the maximum five project requirement. All responses shall include: (1) Numbers of contracts and indicate whether your participation as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $20,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. (3) If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ© and a copy of the SBA letter stating that your Mentor ProtĂ©gĂ© agreement has been approved. RESPONSES ARE DUE NO LATER THAN JANUARY 31, 2017 by 2:00 P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by USPS or Express mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, Marine Corps IPT (ATTN: Barbara Williamson); 9324 Virginia Avenue, Bldg. Z140, Room 116; Norfolk, VA 23511. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at barbara.williamson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0d7ff51cfc2e96923d54d5c7d4ab99d)
 
Document(s)
Attachment
 
File Name: N4008517R8317_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008517R8317_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R8317_Information_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04373447-W 20170119/170117234911-e0d7ff51cfc2e96923d54d5c7d4ab99d (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.