Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2008 FBO #2295
SOURCES SOUGHT

Y -- Sources Sought Synopsis: FFP D/B Site Preparation and Temporary Facilities, MCB Camp Pendleton

Notice Date
12/3/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SW, 937 N Harbor Dr, San Diego, CA, 92115, UNITED STATES
 
ZIP Code
92115
 
Solicitation Number
N62473-08-SS-3511
 
Response Due
12/17/2007
 
Point of Contact
Pamela Sons, Contract Specialist, Phone 619-532-4164, Fax 619-532-4160, - Pam Pratt, Contracting Officer, Phone 619-532-2648, Fax 619-532-4160
 
E-Mail Address
pamela.sons@navy.mil, pamela.d.pratt@navy.mil
 
Description
This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, or Service Disabled Veteran Owned Small Business (SDVOSB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 236220, Commercial and Institutional Building Construction. The applicable size standard is $31.0 M, average annual gross receipts for the proceeding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and ESOL. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. 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. The general scope of this requirement is a Firm-Fixed Price (FFP) Design Build Construction Contract for Site Preparation and Temporary Facilities at Marine Corps Base (MCB) Camp Pendleton CA. Type of work/projects may include, but is not limited to: utilities connection, excavation, grading, road construction, parking lot construction, concrete pad installation, procurement and installation of a variety of prefabricated or modular commercial buildings / relocatable / temporary facilities. The projects will be located at various locations on MCB Camp Pendleton CA. The contracts will be for one (1) base year with four (4) one-year renewable options, resulting in the contract performance time of maximum five (5) years. The construction portion is estimated to be 20 ? 50% of the entire project, however this number may vary depending on the proposer?s design/build concept. The estimated total contract price range, per DFARS 236.204, for the base year and all option years is between $100,000,000 and $250,000,000. It is estimated that up to 70% of the total cost of the contract will be obligated at the time of contract award. The remaining temporary facilities, 30% of the total cost of the contract, will be included as options in the contract. This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act ? Balance of payments Program ? Construction Materials and FAR 52.225-1, Buy American Act ? Supplies. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract for this site preparation and temporary facility procurement and installation project. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in the following format. Responses shall not be in excess of 15 pages. Two sided pages count as two sheets. 1. Up to ten (10) pages should be dedicated to past and current projects that show the firms ability to perform the services described above. There should be one project per page. At the top of each project page there should be a table with the following information: the title of the government or commercial contracts/project your firm has completed in the last five (5) years that demonstrate your firm?s ability to accomplish the work listed above, the contract number, contract type (firm fixed price, etc.), total contract price as awarded, total contract price at completion, client?s name, current and accurate client point of contact with phone number, project location and description of the work accomplished by your firm. If your firm was a subcontractor on the job, please identify the prime contractor, describe the work your firm was responsible for, and indicate what percentage of the work that was accomplished by your firm. 2. Three (3) pages should highlight personnel and subcontractor history relevant to the project described in the sources sought. Show key employees and their experience relative to the services on jobs of similar type and size described in the sources sought. Include any relevant professional registrations for personnel such as Professional Engineering Registration in California. If subcontracting is anticipated, identify what work is to be subcontracted and include information and the relevant relationship history with the subcontractor. 3. Two (2) pages should contain general information which includes name of company, address, telephone number, fax number, at least two points of contact, e-mail addresses, business type, business size, small business socio-economic classification, and a short description of the firm?s history including years in business, number of employees, bonding capacity, and main disciplines of the firm. Copies of SBA Certifications are not included in the 15 page count. Include bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. Identify whether your firm is an SBA certified 8 (a); HUBZone or Service Disabled Veteran-Owned Small Business (SDVOSB) concern. You must be an approved SBA firm (including Mentor-Prot?g? Joint Venture firms) at 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/. ORIGINAL AND TWO COPIES have to be received by 2:00 P.M. Pacific Time at Naval Facilities Engineering Command Southwest, Central IPT, ATTN: ROPCA.PS / Pamela Sons, Building 1, 3rd Floor, 937 Harbor Drive, San Diego, CA 92132 on 17 December 2007 . 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, NAVFAC-SW 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 (SDVOSB) concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. 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 debrief, evaluation letters, and/or results will be issued to the participants. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/NSW/N62473-08-SS-3511/listing.html)
 
Place of Performance
Address: Various Locations at MCB Camp Pendleton, CA
Zip Code: 92055
Country: UNITED STATES
 
Record
SN01527635-F 20080309/080307231709 (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.