Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SPECIAL NOTICE

Y -- Multiple Award Construction Contract for Roofing

Notice Date
3/2/2005
 
Notice Type
Special Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
ROOFINGMACC
 
Response Due
3/17/2005
 
Archive Date
4/1/2005
 
Description
SOURCES SOUGHT FOR Multiple Award Contract Construction (MACC) for ROOFING: 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. Southwest Division, Naval Facilities Engineering Command is seeking U.S. Small Business Administration (SBA) certified 8(a) HUBZone and/or Service Disabled Veteran-Owned Small Business sources with current relevant qualifications, experience, personnel, and capability to perform a multiple award design/build construction contract for various roofing related projects. Specifically, Southwest Division is seeking certified 8(a), HUBZone and/or Service Disabled Veteran-Owned Small Business sources that specialize primarily in the construction, renovation, alteration, and repair of roofing systems. Type of work/projects may include, but is not limited to: new installation, addition, alterations, maintenance, and repair of various roofing systems such as, but not limited to, single ply, modified bitumen, shingle, preformed metal, foam and built-up roofing systems. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and HVAC ductwork, carpentry work, painting and installation of gutters, downspouts, fascia, vents and drainage assemblies. Task orders for the multiple award contracts will be at various federal sites within the area of responsibilities (AOR) of Southwest Division, Naval Facilities Engineering Command. While most projects will be located in the Southern California, the contract may have Task Orders for projects in other locations within the Naval Facilities Engineering Command AOR in Nevada, Arizona, and Northern California. The North American Industry Classification System (NAICS) Code is 238160 with a Small Business Size Standard of $12 million. The contract(s) will be for one base year with 4 one-year renewable options, resulting in the contract performance time of maximum 5 years. The estimated total contract price for the base year and all option years is $25,000,000 per award. The estimated cost for each Task Order will be between $2,000 and $1,000,000. The Government may elect to award Task Orders outside this range if the requirements are justified. Interested sources are invited to respond to this sources sought announcement by using the form provided as a separate file titled ?Sources Sought Information Form.? Submit a maximum of 5 projects describing the following: 1) Experience: Describe the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience in the construction of ROOFING SYSTEMS, as indicated in this announcement. For each of the contracts/projects submitted for experience, provide the contract number, delivery/task order number, title and location; whether the work was prime or subcontractor work; contract award and completion date; contract or subcontract value; and type of contract, i.e., design-build, design-bid-build, or other form of contract. In addition provide a customer point of contact including phone number for each project submitted. Provide information of your firm?s experience on previous design/build contracts for ROOFING SYSTEMS work with project cost in the range between $2,000 and $1,000,000. 2) Identify whether your firm has in-house engineering capacity or uses an A-E firm to provide design of ROOFING SYSTEMS and other related incidental structural and architectural work listed in this announcement. Indicate whether your Firm has an established working relationship with the design firm. 3) Bonding capacity: Provide surety?s name, your Firm?s maximum bonding capacity per project, and aggregate maximum bonding capacity. 4) Identify which locations your Firm is willing to work. 5) Identify whether your firm is a SBA certified 8 (a); HUBZone or Service Disabled Veteran-Owned Small Business concern. Your Firm must be an approved SBA firm (including Mentor-Prot?g? Joint Venture firms) at the time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 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 evaluation. However, EFDSW-SD will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the government. Response to this sources sought announcement is due not later than 2:00 p.m. March 17, 2005 to Southwest Division, Naval Facilities Engineering Command, Code AQ2.LC, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to Lisa.Crawford@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Place of Performance
Address: Various locations within California, Arizona, and Nevada
 
Record
SN00761263-W 20050304/050302212421 (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.