Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOURCES SOUGHT

Y -- Fire Protection Multiple Award Construction Contract

Notice Date
12/8/2008
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008309R0003
 
Response Due
12/23/2008
 
Archive Date
1/7/2009
 
Point of Contact
Terryll Zade, Contract Specialist (847) 688-2600 ext 417<br />
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICEFIRE PROTECTION MULITPLE AWARD CONSTRUCTION CONTRACTGREAT LAKES, IL The intent of this sources sought notice is to identify potential 8(a), HUBZone or Service Disabled Veteran Owned Small Business firms capable of fire protection installation and repairs (new construction and renovations) with some design capabilities required. Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois is seeking either individual firms or Joint Venture firms nationwide capable of performing design and construction of fire protection systems. The estimated cost of this potential project is $20,000,000.00 to $30,000,000.00 for a Base year and four option years. This contract will be awarded to three to five contractors. The NAICS Code is 238210 with the annual size standard of $14.0 million. This proposed procurement is being considered as a set-aside under section 8(a), HUBZone or Services Veteran Owned Small Business Program. Firms are requested to submit their Statement of Capability (SOC) which will be the basis for the Government! 's decision to establish this requirement as an 8(a), HUBZone or Service Disabled Veteran Owned Small Business set-aside acquisition. Interested 8(a) or HUBZone Service Disabled Veteran Owned Small Business must submit their SOC capabilities. The SOC must describe in detail the firm's capability to design and construct a ready service magazine within the estimated dollar range. The SOC may be submitted electronically to or by hard copy. If submitting by hard, original and 4 copies are required. PROJECT DESCRIPTION: Fire Protection Multiple Award Construction Contract. This contract will primarily consist of fire protection installation and repairs (new construction and renovations) with some design capabilities. The preponderance of the work will include fire suppression systems (wet, dry, pre-action, wet chemical, deluge and high speed deluge and ultra high speed deluge), water supplies (fire pumps, tanks and underground water mains), low and high expansion foam, gaseous (carbon dioxide and clean agents) special hazards protection, and fire alarm systems (detection, reporting, and mass communication) for the Department of Defense activities in the states of Arkansas, Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North Dakota, Oklahoma, Ohio, South Dakota, Tennessee, and Wisconsin. This contract will be awarded to three to five contractors for a Base Year and Four Option Years. 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 or Service Disabled Veteran Owned Small Business 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 238210. (7) Positive statement of eligibility as either a individual firm or Joint Venture under NAICS Code 238210, with an average annual gross revenue of not more than $14.0 million for the last three complete fiscal years; (8) Certifications/ Resumes and past performance documentation of a minimum of three previous projects between $20,000,000.00 to $30,000,000.00 million and completed within the last five years. Projects must be similar in size, scope and complexity to this project. Include prior experience of key c! ompany personnel both in prime/joint venture relationships and all planned major subcontractors, experience in mobilizing and managing a large workforce. (9) Must provide verifiable proof of your bonding capability up to a $1 million for a single contract. (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 n! ame, current telephone number; (d) Contracting officer's technical representative or primary point of contact name and current telephone number; (e) Period of performance (start and completion dates); (f) Basic contract award and final contract value; (g) 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 capability package 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 NAVFAC Midwest, Attention: Terryll Zade, 201 Decatur Avenue, Bldg 1A, Great Lakes, Illinois 60088-2801 or via email to terryll.zade@navy.mil. Receipt of potential offeror's sources sought package shall be received no later than Tuesday, December 23, 2008 at 2:00 p.m. Central Standard Time. This sources sought notice 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 June 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=793573c01a60774b3d9898d43c633eac&tab=core&_cview=1)
 
Record
SN01715221-W 20081210/081208220131-793573c01a60774b3d9898d43c633eac (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.