Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2005 FBO #1460
SOURCES SOUGHT

Y -- Fire Alarm System, Buildling 77H/756 at the Philadelphia Naval Business Center, Philadelphia Pa.

Notice Date
11/23/2005
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC Philadelphia, Naval Business Center Building #1032, Philadelphia, PA, 19112
 
ZIP Code
19112
 
Solicitation Number
N62472-06-B-3802
 
Response Due
12/9/2005
 
Archive Date
12/24/2005
 
Description
Purpose. The intent of this sources sought synopsis is to identify potential qualified offerors that are interested in and capable of performing the work described herein. The Navy will use the responses to this sources sought synopsis to make an acquisition decision whether to solicit this project as a competitive Service Disabled Veteran Owned, 8a, Hub-Zone Small Business set-aside or as Unrestricted. This is not an announcement of availability of a solicitation, nor is it a means of generating a plan-holders list. The government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted in response to this sources sought. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Navy?s evaluation of the information received. Scope of Requirement. The work includes a new complete, addressable fire alarm system including a new addressable fire alarm control panel, new addressable initiating devices, new notification appliances, wiring and conduit, and new Notification Appliance Power Extenders (NAPE). The work also includes the removal of all existing initiating devices, existing notification appliances, existing fire alarm panels, and incidental related work. Due to the nature of this project there will be time constraints. The North American Industry Classification System (NAICS) Code for this project is 238210 and the Small Business Size Standard is 12 million. The estimate price range for this project is between $250,000.00 and $500,000.00. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his or her own employees. Instructions to Interested Parties: The Navy invites contractors with the capabilities necessary to successfully complete this project to submit the following documentation on or before COB 9 December 2005: (1) a maximum one page corporate summary and expression of interest, (2) a maximum of one reference project, completed within the past two years, that are for projects for fire alarm systems for the size (dollar value) as the range stated above. Include a brief project description, location, date completed, collar value, point of contact and valid telephone number of an individual able to provide a reference for the project. Clearly indicate if your firm was the prime contractor or subcontractor. Also, indicate if there were any time constraints and how they were addressed. (3) A declaration as to your small business size i.e. Large, Small, 8(a) Small Business, HUB Zone Small Business, or Serviced Disabled Veteran owned Small Business. Provide proof of SBA certification for either 8(a) or HubZone status; and (4) Provide a letter form your bonding company indicating your single project and aggregate bonding capacity. MINIMUM QUALIFICATIONS OF PRIME CONTRACTOR a. After receipt of bids, but prior to award, the apparent low bidder shall be required to submit specific information demonstrating its ability to meet the minimum qualifications set out below. Specify at least one successfully completed project similar to the project specified herein in type, magnitude and complexity. In order to establish that the bidder possesses the requisite experience, the bidder must submit after bid opening but prior to contract award, evidence that they successfully completed one such project within the time period 1 January 2002 through 30 October 2005. Such information shall include but not be limited to the following: (1) Form 1 (Bidder?s Past Projects/List of References) shall be completed and submitted for purposes of establishing the requisite experience. This form will be used to describe and provide past project and reference information for projects performed within the time period from 1 January 2002 through 30 October 2005 that are similar in type, magnitude and complexity to the work required under this procurement. Projects submitted for evaluation shall contain all required information listed on Form 1 including point of contact, telephone number etc. The point of contact should be an individual who can verify, if necessary, the nature of the project, the nature/level of the bidders? involvement and performance in the project. Insure a valid telephone number is provided. b. Provide a resume that the QC Manager has a minimum of 7 years total experience in any of the following positions: Project Superintendent, QC Manager, Project Manager, Project Engineer or Construction Manager on similar contracts that are similar in type, magnitude and complexity. This individual shall have including at least two years experience as a QC Manager. c. Provide a resume of the Site Safety and Health Officer (SSHO). This officer shall be at the work site at all times. The SSHO shall meet the following requirements: a) A level 3, which is a minimum of 5 years total safety work on projects that are similar in type, magnitude and complexity, b) a certificate of a 30-hour OSHA construction safety class or equivalent, c) the QC person can be the SSHO on this project and if so, must therefore meet the requirements set forth under (2). d. The minimum qualifications as stated above, must be maintained throughout the term of the contract. Consequently, if during performance of the contract, substitution of a new subcontractor or an employee of a subcontractor or prime for one whose qualifications and specialized experience was previously determined, during the pre-award process, to meet the minimum qualifications set out is necessitated, such substitution must first be approved by the Contracting Officer and the entity or person substituted must possess at least the minimum qualifications required by the above stated provision. e. Information indicating that the apparent low bidder does not possess the required minimum qualifications and experience or the submittal of incomplete information regarding such qualifications and experience may constitute grounds for determining the apparent low bidder to be non-responsible. THESE ARE MINIMUM QUALIFICATIONS ONLY. BIDDERS MAY SUBMIT INFORMATION THAT EXCEEDS THESE MINIMUM REQUIREMENTS. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company capabilities. Responses should be emailed to Elizabeth.staab@navy.mil or mailed to Officer in Charge, NAVFAC Contracts, Philadelphia Naval Business Center, 4903 S. Broad Street, Philadelphia Pa. 19112. Responses received after the due date shall not be considered.
 
Place of Performance
Address: Philadelphia Naval Business Center, Philadelphia Pa.
Zip Code: 19112
Country: United States
 
Record
SN00937236-W 20051125/051123212251 (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.