SOURCES SOUGHT
Z -- Electrical Systems Construction, Maintenance, & Repairs
- Notice Date
- 2/7/2014
- 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 Detachment Crane, NSA, 300 Highway 361, Bldg 2516, Crane, Indiana, 47522-5082
- ZIP Code
- 47522-5082
- Solicitation Number
- N4008314R2707
- Archive Date
- 3/12/2014
- Point of Contact
- Lorna D. Tribby, Phone: 812-854-6021, Carrie Grimard, Phone: 812-854-6641
- E-Mail Address
-
lorna.tribby@navy.mil, carrie.grimard@navy.mil
(lorna.tribby@navy.mil, carrie.grimard@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N40083-14-R-2707. The Naval Facilities Engineering Command, Mid-West, PWD Crane, is currently seeking potential sources for a Firm Fixed Price/Indefinite-delivery/indefinite-quantity (FFP/IDIQ) type contract with a base period of twelve months and two (2) one-year option periods to be exercised at the Government's discretion. The NAICS Code for this solicitation is 238210, Electrical Contractors & Other Wiring Installation Contractors. The Small Business Size Standard is $14M. It is the Government's intent to utilize the contract resulting from this solicitation to accomplish electrical utility work, both high voltage and interior building electrical distribution, via a FFP/IDIQ contract. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of labor. The intent is to issue a solicitation on a set aside basis to Service Disabled Veteran Owned Small Business, HUB Zone concerns, Women Owned Small Business, Economic Disadvantaged Women Owned Small Business, 8A, or Small Business concerns. The type of set-aside to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. The intention of the future solicitation is for the maintenance, repair, emergency calls and repairs, installation of interior electrical work and electrical utility systems, including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations and substations equipment, overhead transmission and distribution systems, trenching, concrete, asphalt, isolation switches, earthwork, clearing and grubbing, seeding, asbestos removal that is part of electrical utility work. This work is on High Voltage equipment in a high voltage environment and interior building electrical distribution. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with electrical services in accordance with all applicable federal, state, and local laws, and regulations. The Contractor shall show a minimum 5 years' experience in this type of work. Contract personnel may be required to work in contaminated areas and will be required to be Hazardous Waste Operator and RCRA Trained in accordance with 29 CFR 1910.120(e) and 40 CFR 265.16. Contractor shall comply with "Permit Required Confined Space" in accordance with CFR 1910.146. The contractor shall comply with all requirements of OSHA and the Army Corps of Engineers EM-385-1-1 Health and Safety manual. This contract does not include electrical utility work, generators, etc. that are to be installed to support new building construction and major repairs or renovations to existing facilities. The work is located at Naval Support Activity, (NSA), Crane, and Glendora Test Facility, Sullivan, Indiana. Low Price Technically Acceptable Source Selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Interested to Service Disabled Veteran Owned Small Business, HUB Zone concerns, Women Owned Small Business, Economic Disadvantaged Women Owned Small Business, 8A, or Small Business concerns should indicate their interest to the contracting Officer in writing. As a minimum the following information is required in duplicate: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) Describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract and (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.) All of the above must be submitted in duplicate, and in sufficient detail for a decision to be made on availability of interested Service Disabled Veteran Owned Small Business, HUB Zone concerns, Women Owned Small Business, Economic Disadvantaged Women Owned Small Business, 8A, or Small Business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested Service Disabled Veteran Owned Small Business, HUB Zone concerns, Women Owned Small Business, Economic Disadvantaged Women Owned Small Business, 8A, or Small Business concerns. Anticipate the solicitation will be released on or about 25 February 2014. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.fbo.gov. The apparent successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database prior to contract award via the SAM (System for Award Management) website. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: https://www.sam.gov. Please be advised that this registration is FREE. All contractual and technical inquires shall be submitted via electronic mail to lorna.tribby@navy.mil. The due date for responses to this Sources Sought Notice is 25 February 2014 @ 10:00 a.m. Responses may be submitted under Solicitation Number N40083-14-R-2707 via e-mail to: lorna.tribby@navy.mil or hand-deliver to NAVFAC Midwest PWD Crane, Attention: Lorna Tribby, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror's Statement of Qualifications shall be received no later than 10:00 a.m. eastern time on 25 February 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008314R2707/listing.html)
- Place of Performance
- Address: 300 HIGHWAY 361 B-2516, CRANE, Indiana, 47522, United States
- Zip Code: 47522
- Zip Code: 47522
- Record
- SN03284068-W 20140209/140207235702-c7db84a0349757940e1ccf03e51572db (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 |