MODIFICATION
Y -- Modification to Sources sought for the Design and Construction of Potable Water Distribution Replacement, Marine Corps Logistics Base, Albany, GA
- Notice Date
- 6/20/2013
- Notice Type
- Modification/Amendment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945013R1754
- Response Due
- 6/24/2013
- Archive Date
- 7/9/2013
- Point of Contact
- Kendra McMahon kendra.mcmahon@navy.mil
- Small Business Set-Aside
- N/A
- Description
- The sources sought has been modified to extend the response date to Monday, June 24 at 2PM. All other information remains the same. THIS 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. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business, Woman-Owned Small Business (WOSB) and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The proposed project will design and construct a replacement potable waterline for the Marine Corps Logistics Base, Albany, GA. The contract will be for a term of between one year and two years. The estimated cost for this project is between $18,000,000 and $21,000,000. The North American Industry Classification System (NAICS) Code is 237110 with a Small Business Size Standard of $33.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last seven years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: This project is located at Marine Corps Logistics Base, Albany, GA. This project will include the design and construction of a replacement potable waterline system. The existing water lines are aging and allowing produced water to leak out of the system. Replacement of the water lines will yield a more energy efficient drinking water system. New water lines may be installed in some areas to increase efficiency as well. Other components such as service connections, valves and meters are also to be replaced. Hydrants may be re-used, refurbished, or replaced as required. The base will replace waterlines phased in three sections; West ”New 16 ť and Warehouse area, Central ”PPA area and Command, and East ”Remainder of the Base. 1. Provide examples of projects performed as a prime contractor within the last seven years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 2. Provide recent project examples demonstrating experience with major waterline design and construction over $15M. Provide experience with directional drilling or śjack and boring ť under roadways and paved areas. Provide experience in generating GIS data. 3. Provide experience verifying on-site utilities through surveying and utility locator service. 4. Provide recent project examples demonstrating compliance with American Water Works Association (AWWA) C900 and UFC 3-230-01, Requirements for Water Storage, Distribution, and Transmission. 5. Provide recent project examples that have included multi-phased utility construction to maintain existing operations. 6. Bonding Capacity: Provide surety ™s name, your maximum bonding capacity per project, and your maximum aggregate bonding. 7. Provide proof of SBA certification for either 8a or HubZone status, if applicable. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, Veteran-Owned Small Business, WOSB, and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 24 June 2013, 2:00 pm eastern time via email to kendra.mcmahon@navy.mil. The subject line of the email shall read: Potable Water Distribution Replacement, Marine Corps Logistics Base, Albany, GA. Responses that do not meet all requirements or submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5b3c7ff3404b0364f4eee7781cb74184)
- Record
- SN03095858-W 20130622/130620235846-5b3c7ff3404b0364f4eee7781cb74184 (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 |