Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
DOCUMENT

Y -- SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION AND REPAIR OF VARIOUS WET UTILITY CONSTRUCTION PROJECTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY - Attachment

Notice Date
11/22/2013
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RAQ20 1220 Pacific Highway San Diego CA
 
Solicitation Number
N6247314RWETU
 
Response Due
12/11/2013
 
Archive Date
12/26/2013
 
Point of Contact
Tanya Foster
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION AND REPAIR OF VARIOUS WET UTILITY CONSTRUCTION PROJECTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CA, NV, AZ, CO, UT, AND NM 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. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. 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 this market research. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking U. S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction, repair, renovation of wet utilities construction projects. The term self-perform refers to performing relevant major trade work in-house without subcontractors. This does not include administrative or management functions. Relevant major trade work is that which is the same or similar to the work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) Code is 237110 (Water and Sewer Line and Related Structures Construction) with a Small Business Size Standard of $33.5 million. Task orders issued under the proposed multiple award contract(s) 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 proposed contract(s) will be for one base year with 4 one-year options, resulting in the contract performance period maximum of 5 years. The estimated total contract price for the base year and all option years combined is $99,000,000. Task order range is estimated between $300,000 and $20,000,000. Projects will be primarily design-build or secondarily fully-designed for new construction and repair. Projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, and wastewater networks are included. This contract will not include waterfront/marine construction or petroleum, oils, and lubricant (POL) systems construction. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The following information shall be provided: 1)Contractor Information: Provide your firm s contact information, including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a small business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-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 and capable to work. 5) Experience: Submit a minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has self-performed to demonstrate your experience in wet utilities construction as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been completed within the five years prior to the submission due date. All projects shall have a minimum construction cost of $300,000. Projects which do not meet these requirements may not be considered relevant. Additional submission requirements: Submit at least one self-performed relevant project with a construction cost of $3,000,000 or above. Submit at least one relevant project demonstrating self-performed construction experience with potable water distribution systems. Submit at least one relevant project demonstrating self-performed construction experience with sanitary sewer systems. At least one of the relevant projects submitted shall include new construction of a potable water pump station, a sanitary sewer lift station, or similar type of pump station. At least one of the relevant self-performed projects shall demonstrate experience with design-build. For each of the projects submitted for experience evaluation, provide the following: title and location award and completion dates contract or subcontract value type of work for overall project and type of work your firm self-performed customer information including point of contact, phone number, and email address whether the work was performed as a prime or subcontractor type of contract (Design-Build or Design-Bid-Build see Sources Sought Information Form) narrative project description description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Describe your working relationship with the design firm (i.e. number of projects worked together, number of years working together, etc.). 6) Safety: Submit Experience Modification Rates (EMR) and OSHA Days Away from Work, Restricted Duty, or Transfer (DART) rates for each of calendar years 2010, 2011, and 2012. For any EMR greater than 1.0 or any DART rate of 3.0 or greater, provide an explanation to address the extenuating circumstances that affected the rate and any corrective actions taken. Instructions for calculating the DART rate can be found at http://www.bls.gov/iif/osheval.htm In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years or not yet 100% complete, may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on December 4, 2014. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Tanya Foster, Code RAQ20.TF, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to tanya.foster@navy.mil. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ and begin with "N62473."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247314RWETU/listing.html)
 
Document(s)
Attachment
 
File Name: N6247314RWETU_WINZIP_WET_UTILITIES_MACC.zip (https://www.neco.navy.mil/synopsis_file/N6247314RWETU_WINZIP_WET_UTILITIES_MACC.zip)
Link: https://www.neco.navy.mil/synopsis_file/N6247314RWETU_WINZIP_WET_UTILITIES_MACC.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN03239891-W 20131124/131122234407-2877eb7f540a3ecf7d20e54c8f3e7d32 (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.