Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2008 FBO #2343
SOURCES SOUGHT

99 -- The procurement, if pursued, will be for one solicitation resulting in the award of a single Paving Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Guantanamo Bay, Cuba.

Notice Date
4/24/2008
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 135, P. O. Box 30 Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N69450PAVGTMO
 
Response Due
5/1/2008
 
Point of Contact
Robert T Marshall, Phone: 9045426061
 
E-Mail Address
robert.t.marshall@navy.mil
 
Description
General InformationDocument Type: Sources Sought NoticeSolicitation Number:N69450-08-PAVING-GTMOPosted Date:April 24, 2008Original Response Date:May 01, 2008 2:00 P.M.Current Response Date:May 01, 2008 2:00 P.M.Original Archive Date:Current Archive Date:Classification Code:Z222 Naics Code:237310 Asphalt paving (i.e., highway, road, street, public sidewalk)Contracting Office AddressDepartment of the Navy, Naval Facilities Engineering Command Southeast, Attn: IPT SA ACQ Rob Marshall, PO Box 30, Building 135, Naval Air Station Jacksonville, FL 32212-0030DescriptionThis 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. Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking sources with current relevant qualifications, experience, personnel, security approvals, equipment, capability, and bonding capacity to perform an Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Guantanamo Bay, Cuba, for various type paving projects. The work will be performed at various locations on the Naval Station, Guantanamo Bay, Cuba. Projects (Task Orders) issued under this contract will require either minimal design services or may include 100% construction performance specifications. Projects can be based on design-build, modified design-build, or full plans and specifications format, ranging in size from $500,000.00 to $10,000,000.00. The contractor shall provide asphalt batch plant, all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the Request for Proposal for each task order. Each task order will site a specific completion date and associated liquidated damages. Project Task Orders will require that schedules be managed with Primavera Suretrack (or Primavera P3). The procurement, if pursued, will be for one solicitation resulting in the award of a single Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Guantanamo Bay, Cuba. The contract will be awarded for one base year with four option years. The anticipated workload is $40,000,000.00 over the life of the contract and the maximum combined value of the contract will not exceed $50,000,000.00. Projects will vary in size from approximately $500,000.00 to $10,000,000.00. The work will be performed at various locations on the Naval Station, Guantanamo Bay, Cuba. Due to the sensitive locale of the U.S. Naval Base, Guantanamo Bay, Cuba, foreign nationals from dissident political areas may be excluded and denied entry approval. In general, foreign nationals may be used. No employee or representative of the Contractor will be admitted to the U.S. Naval Base, Guantanamo Bay, Cuba without prior entry approval. The background of Contractor personnel will be screened prior to entry to the U.S. Naval Base, Guantanamo Bay, Cuba. Entry Approval: No employee or representative of the Contractor will be admitted to the U.S. Naval Base, Guantanamo Bay, Cuba without prior entry approval. The background of Contractor personnel will be screened prior to entry to the U.S. Naval Base, Guantanamo Bay, Cuba. The Contractor shall submit to the Contracting Officer the full name, date and place of birth, and Social Security number of such persons. This information shall be received by the Contracting Officer 45 calendar days prior to the scheduled or desired arrival at the Naval Base. For this procurement, if pursued, except for allowed family housing, contractor employees (unaccompanied status) shall be berthed in the Contractor Berthing Facilities (CBF) on Leeward or Windward side of the bay. These facilities are operated by the Housing Department, CBQ Division. For Contractor Management/Supervisor Housing, the Government will provide housing units (based on availability) for the Contractor's use. These units are reserved for use by up to 40 accompanied or unaccompanied personnel only. Contractor will pay for housing at established rates published in the technical specifications. Proposers will be evaluated using a Request for Proposal (RFP) procedures that result in award based on Best Value to the Government. The North American Industry Classification System (NAICS) Code is 237310. Interested sources are invited to respond to this sources sought announcement by providing the following information. 1) Relevant Experience of the Construction/Prime Contractor: Submit a maximum of five (5) projects for the Construction Contractor (Prime Contractor) describing the following: Describe projects completed in the last five (5) years that are similar in size, scope, and complexity. Information should be submitted on IDIQ type contracts and/or projects in the range of $500,000 to $10,000,000 that best demonstrates construction and design-bid-build experience for asphalt paving type projects. For each of the completed contracts/projects submitted, provide the title; location; whether prime or subcontractor work; contract and subcontract value; type of contract; contract completion date; customer point of contact including phone number; percentage of self-performed work and narrative of work your firm performed; and the performance rating of the work. 2) Bonding capacity of Prime Construction Contractor: Provide suretys name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. Respondents will not be notified of the results of the evaluation. However, NAVFACSE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants. Your response to this sources sought announcement must be received by 2:00 pm ET on 01 May 2008. Envelopes should be clearly marked SOURCES SOUGHT FOR N69450-08-PAVING-GTMO ATTN: Rob Marshall. DO NOT OPEN IN MAIL ROOM. Responses mailed by USPS should be addressed to Naval Facilities Engineering Command Southeast, IPT South Atlantic ACQ, Attention: Rob Marshall, PO Box 30, Naval Air Station Jacksonville, FL 32212-0030. For Express Delivery Services the responses should be addressed to Naval Facilities Engineering Command Southeast, IPT South Atlantic ACQ, Attention: Rob Marshall, Building 135N Ajax Street, Jacksonville, FL 32212. You may email your response to Robert.t.marshall@navy.mil in place of mailing if the contents are within three (3) megabytes in size.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65af059195f5eac2c1439849cff9e299&tab=core&_cview=1)
 
Record
SN01560268-W 20080426/080424215917-65af059195f5eac2c1439849cff9e299 (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.