SOURCES SOUGHT
Z -- DESIGN/BUILD MULITPLE AWARD CONSTRUCTION CONTRACTGREAT LAKES, IL AND OTHER DoD FACILITIES
- Notice Date
- 1/21/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- N4008309R0006
- Response Due
- 2/4/2009
- Archive Date
- 2/19/2009
- Point of Contact
- Judith Honold, 847-688-2600 x272 orTerryll Zade, 847-688-2600 x417
- Small Business Set-Aside
- N/A
- Description
- The intent of this sources sought notice is to identify either individual firms or Joint Venture 8(a), HUBZone, Service Disabled Veteran Owned Small Business or Small Businesses nationwide for a Design/Build Multiple Award Construction Contract (DB MACC). Firms should be capable of new construction, renovation, alteration, repair and design/build by means of an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract at Naval Station Great Lakes and other DoD facilities within a 100 mile radius of Naval Station Great Lakes. The preponderance of the work under this contract will be maintenance and repair and occasional new construction with some design capability required. The estimated cost of potential projects is $100,000 to $3,500,000. The contract period will be a base year and four option years. The contract will be awarded to up to five contractors. The NAICS Code is 236220 with the annual size standard of $33.5 million. This proposed procurement is bei! ng considered as a set-aside under section 8(a), HUBZone, Service Disabled Veteran Owned Small Business or Small Business Programs. Interested 8(a), HUBZone, Service Disabled Veteran Owned Small Business and Small Business firms must submit their Statement of Capability (SOC). The SOC must describe in detail the firm's capability to design and complete new construction, renovation, alteration and repairs ranging from $100,000 to $3,500,000. The SOC may be submitted electronically to or by hard copy. If submitting by hard, original and 4 copies are required. PROJECT DESCRIPTION: The work will include new construction, renovation, alteration, repair, and design/build capability by means of an IDIQMACC. The Government may choose to award the contract based on initial solicitation technical factors without holding discussions; the Government additionally reserves the right to reject any or all submittals at any time prior to award. The contract will contain a base year of twelve-months and four twelve-month options for a total maximum duration of sixty months and a total maximum value of $10 million per year or $50 million for the duration of the contract. SUBMITTAL REQUIREMENTS: The Statement of Capabilities shall include: (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) Proof of 8(a), HUBZone or Service Disabled Veteran Owned Small Business or Small Business Certification; (5) Registration in the Department of Defense Central Contractor Registration (CCR) database; (6) Licensed/Bonded and fully capable to perform construction work under the NAICS Code 236220; (7) Positive statement of eligibility as either a individual firm or Joint Venture under NAICS Code 236220, with an average annual gross revenue of not more than $33.5 million for the last three complete fiscal years; (8) Certifications/ Resumes and past performance documentation of a minimum of three previous projects between $100,000 to $3,500,000 million and completed within the last five years (Projects must be similar in size, scope and complexity to th! e work described above. Include prior experience of key company 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 $3.5 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 this project 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 contr! acting activity; (c) Administrative contract officer's name, 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: Judith A. Honold, 201 Decatur Avenue, Bldg 1A, Great Lakes, Illinois 60088-2801 or via email to judy.honold@navy.mil. Receipt of potential offeror's sources sought package shall be received no later than Wednesday, February 4, 2009 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 September 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0243e7d52f2b9e7725bbcf592ea251e5&tab=core&_cview=1)
- Record
- SN01735289-W 20090123/090121214929-0243e7d52f2b9e7725bbcf592ea251e5 (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 |