Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
DOCUMENT

Z -- SOURCES SOUGHT FOR IDIQ MACC FOR CONSTRUCTION AND RENOVATION OF VARIOUS WATERFRONT FACILITIES AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY (CA, AZ, NV, CO, UT, NM) - Attachment

Notice Date
3/8/2011
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247311RWTFT
 
Response Due
4/8/2011
 
Archive Date
4/23/2011
 
Point of Contact
Michelle Sanders: (619) 532-3834, michelle.sanders@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business concerns, or whether to issue as full and open competition (unrestricted). 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. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources with current relevant experience, personnel, and capability to perform a multiple award construction contract for new construction, repair, alteration, and renovation, by design-build or fully-designed project, of dredging and disposal, demolition, and construction related operations, both in and above water, of waterfront facilities, such as, but not limited to: piers, wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, and sheet piles. The work also includes the design and construction of all utilities and other facilities in the waterfront area related to waterfront operations to support Navy vessels and port operations. However, it is anticipated that the majority of the work will involve marine pile driving, fender system replacement, marine concrete repairs, pier utilities repair and replacement, and small marine construction projects such as boat ramps and platforms. Task orders issued under the multiple award contracts will be performed at various federal sites within the area of responsibility (AOR) of Naval Facilities Engineering Command Southwest including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The North American Industry Classification System (NAICS) Code is 237990 (Other Heavy and Civil Engineering) with a Small Business Size Standard of $33.5 million. The proposed contract(s) will be for one base year with 2 one-year renewable options, resulting in the contract performance period of maximum 3 years. The estimated total contract price for the base year and all option years combined is $100,000,000. Task order range is estimated between $50,000 and $15,000,000. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled "Sources Sought Information Form." 1) Contractor Information: Provide your firm's contact information. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify the locations in which you are willing to work. 5) Experience: Submit a maximum of 5 government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in the new construction, repair, alteration, and renovation of waterfront facilities as indicated in this announcement within the cost range of $50,000 to $15,000,000. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the product/services provided by your firm; and customer information including point of contact, phone number, and email address. If the project was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Indicate whether you have an established working relationship with the design firm. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on April 8, 2011. Please address your response to NAVFAC Southwest, CI Core Team, Attn: Michelle Sanders - RAQ20.MS, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to michelle.sanders@navy.mil. Responses received after the deadline or without the required information will not be considered. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with "N62473."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247311RWTFT/listing.html)
 
Document(s)
Attachment
 
File Name: N6247311RWTFT_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247311RWTFT_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247311RWTFT_Sources_Sought_Information_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02395397-W 20110310/110308234039-6db93d0efd3c9e01b9e711316b20c70b (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.