Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOURCES SOUGHT

99 -- Sources Sought for Working Dog Treatment Facility Replacement at Joint Base Pearl Harbor-Hickam, Hawaii

Notice Date
9/16/2020 6:23:50 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742SS1317
 
Response Due
9/30/2020 5:00:00 PM
 
Archive Date
10/15/2020
 
Point of Contact
Jamie Ikeda, Phone: 808-471-5612
 
E-Mail Address
jamie.ikeda@navy.mil
(jamie.ikeda@navy.mil)
 
Description
This is a Sources Sought Notice. This does NOT constitute a Request for Proposal, Request for Quote or Invitation for Bid. The intent of this synopsis is to identify potential Section 8(a) Small Business Concerns, Historically Underutilized Business Zone (HUBZone) Small Business Concerns, Woman-Owned Small Business Concerns (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB) concerns and Small Business Concerns (SBC). NAVFAC Pacific will use the responses to this Sources Sought to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation, nor is it a means of generating a plan-holders list. After review of the responses to this notice, a pre-solicitation announcement will be published on the beta System for Award Management website at https://beta.sam.gov/ if the Government intends to proceed with this procurement. Firms responding to this notice shall identify which small business program(s), as specified above, they represent. The North American Industry Classification System (NAICS) Code is 236220, Average Annual Receipts for the past three years--$36.5 MIL. The estimated cost is between $10,000,000 and $25,000,000. The project is for construction of a replacement Working Dog Treatment Facility for the prevention of zoonotic disease, preventative diagnostic, and dental and surgical care for Military Working Dogs (MWD), and other Government Owned Animals (GOA). Supporting facilities include utilities, site improvements, parking, signage, antiterrorism/force protection measures, and environmental mitigation measures. The existing facility will be returned to the installation for removal. The project will be designed in accordance with American Animal Hospital Association Guidelines, Unified Facilities Criteria (UFC) 4-510-01 Design: Military Medical Facilities, UFC 1-200-01 General Building Requirements, UFC 1-200-02 High Performance and Sustainable Building Requirements, UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, barrier free design in accordance with Architectural Barriers Act (ABA) Accessibility Standard and DEPSECDEF Memorandum �Access for People with Disabilities� dated 10/31/2008, and MHS World Class principles per World Class Checklist Requirements. Operations and Maintenance Manuals, Comprehensive Interior Design, Post Construction Award Services, Commissioning will be provided. The Government will evaluate responses based upon small business program representation, experience, past performance, and bonding capacity. Use the attached forms: Sources Sought Questionnaire form (Attachment (1)) and Experience Questionnaire form (Attachment (2)). The Experience Questionnaire information shall support that you have completed a project of the magnitude indicated. Firms having the capability to perform this work are invited to submit qualifications information, limited to 30 pages ( 8 �� x 11�, duplex ), by 2:00 p.m. HST on September 30, 2020. Documents may be submitted via electronic mail to jamie.ikeda@navy.mil or mailed to Ms. Jamie Ikeda, NAVFAC Pacific (ACQ33), 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134. Complete information must be submitted, as the Government will not seek clarification of information provided. The Government will not contact the concern for clarification of information. This Sources Sought notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this Sources Sought notice or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this notice. All information will be held in a confidential manner and will only be used for the purposes intended. Information received after the specified date and time will not be cons
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f8b3e6a4676649f881eed728e37e6cde/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN05800720-F 20200918/200916230207 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.