Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOURCES SOUGHT

Y -- Day Processing Barracks

Notice Date
1/23/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-04-R-0014
 
Response Due
1/30/2004
 
Point of Contact
Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567, - Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567,
 
E-Mail Address
judy.honold@navy.mil, judy.honold@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SOURCES SOUGHT NOTICE, PROCESSING DAY BARRACKS NAVAL STATION, GREAT LAKES, ILLINOIS This is not a request for either a quote or proposal, or an invitation for bid. The intent of this sources sought notice is to identify potential 8(a) or HUBZone offerors capable of preparing the design and constructing of a Processing Day Barracks. The Engineering Field Activity, Midwest, Great Lakes, Illinois is seeking interest from 8(a) firms in the Illinois SBA District including, participants with bona-fide places of business within this district. Estimated cost of this potential contract is between $30,000,000 and $40,000,000. The NAICS Code for this proposed procurement is 236220 and the annual size standards is $28.5 Million. This proposed contract is being considered as a set-aside under section 8(a) of the Small Business Act. The Statement of Capability (SOC) will be the basis for the Government?s decision to establish this requirement as a competitive 8(a) or HUBZone set-aside acquisition. Interested 8(a) or HUBZone sources must submit a SOC, which describes in detail the source?s capability to provide the design and construction of military barracks or similar buildings within the estimated dollar range. The SOC must be 8 ? by 11-inch standard bond paper, with a Table of Contents in a 3-ring binder with each section Tabbed. SUBMITTAL REQUIREMENTS: (1) Full name and address of the firm; (2) Year firm was established; (3) Names of two principals to contact (including title, telephone and fax numbers); (4) Provide proof of 8(a) or HUBZone Certification. (5) Registered in the Department of Defense Central Contractor Registration (CCR) database (6) Licensed/Bonded and fully capable to perform construction work under the NAICS Code Series 233, 234 and 235. (7) Positive statement of eligibility as a 8(a) under NAICS Code 236220, with an average annual gross revenue of not more than $28.5 million for the last three complete fiscal years; (8) Certifications/ Resumes and past performance documentation of a minimum of three previous projects completed within the last five years which are similar in size, scope and complexity to this project. Include prior experience of key company personnel both in prime and all planned subcontractors, experience in mobilizing and managing a large workforce. (9) Must provide verifiable proof of your bonding capability up to a $30 million. (10) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm, customers known to the government, and any of your sources that may have useful and relevant information. Include information for similar contracts currently in progress or completed with in the last five years. The following information Government or Commercial) shall be provided for each of your references. (a) Contract Number and Project Title; (b) Name of contracting activity; (c) Administrative contract officer?s name, current telephone number; (d) Contracting officer?s technical representative or primary point of contact name and current telephone number; (e) Contract type (e.g. firm fixed price, sot plus, requirement or combination); (f) Period of performance (start and completion dates); (g) Basic contract award and final contract value; (h) Summary of contract work. (11) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and sufficiently detailed to allow the Government to determine the firm?s qualifications to perform the defined work. Interested parties to mail/submit their responses to the Engineering Field Activity, Midwest, Attention: Judith Honold, Contract Specialist, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror?s SOC shall be received no later than January 30, 2004 at 2:00 p.m. Central Standard Time. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice. Estimated award date for this potential contract is December 2004.
 
Place of Performance
Address: Naval Station Great Lakes, Great Lakes, Illinois
Zip Code: 53142
Country: USA
 
Record
SN00509187-W 20040125/040123212517 (fbodaily.com)
 
Source
FedBizOpps.gov 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.