Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2014 FBO #4487
MODIFICATION

Y -- Design/Build Multiple Award Construction Contract - Amendment 1

Notice Date
3/6/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC MIDWEST PWD GREAT LAKES FEAD, 2625 Ray Street, Bldg 2016, Great Lakes, Illinois, 60088, United States
 
ZIP Code
60088
 
Solicitation Number
N40083-14-R-3212
 
Archive Date
3/29/2014
 
Point of Contact
Mary E. Rankin, Phone: 8476885395 x248, Belinda D Trout, Phone: 847-688-5935 x248
 
E-Mail Address
mary.rankin1@navy.mil, belinda.trout@navy.mil
(mary.rankin1@navy.mil, belinda.trout@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Amendment 001 This Amendment addresses self-performance requirements for NAICS 236220 and corrects the percentage required from 25% to 15%. (See paragraph six below entitled "Planned NAICS.") THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes in order to determine an applicable set-aside requirement for small businesses. The Naval Facilities Engineering Command, Mid-West, PWD Great Lakes, is seeking to identify potential Small Business, 8(a), HUBZone, Service Disabled Veteran Owned, or Women-Owned Small Business firms capable of designing and constructing various structures for the Naval Facilities Engineering Command Midwest (NAVFAC MW). The resulting contract will be a Design/Build Multiple Award Construction Contract (DB MACC). Successful awardees will be Design/Build contractors, capable of providing all design, labor, equipment and materials necessary to complete work required for a variety of projects. The work will include projects requiring new construction, design, renovation, alteration, and maintenance for Naval Station, Great Lakes, Illinois and Department of Defense facilities within a 200 mile radius of Naval Station, Great Lakes. The contract term will be a base period of one year plus four option years. Only the base period of the contract will offer a minimum guarantee. The estimated annual amount of this contract is not to exceed $10 million for the 12 month base period and each four option years ($10 million per year/each year for a combined total not to exceed $50 million). Projects shall be competed among the selected DB MACC contractors and awarded as individual task orders. The value of each task order is estimated to be $200,000 to $750,000. The contract vehicle may have occasional projects ranging from $1 million to $5 million. Projects shall be in conformance with all applicable referenced criteria per the construction standards, laws and regulations, including applicable building, fire life safety codes, and environmental regulations as outlined at: http://www.wbdg.org/ccb/browse_cat.php?o=29&c=4 LEED requirement: The proposing contractors should be able to demonstrate staff that are certified as Leadership in Energy & Environmental Design Accredited Professionals (LEED AP) and have delivered facilities that have been certified by The U.S. Green Building Council (USGBC) LEED rating system (or like). Planned NAICS: The planned NAICS Code for this requirement is 236220 - Commercial and Institutional Building Construction, with a size standard of $33.5 million. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the cost of the contract under this NAICS Code, not including the cost of materials, with its own employees for each task order awarded (FAR 52.219.14 Limitations on Subcontracting). In addition, i nterested contractors must have a bonding capability of $3 million to $5 million in a 12-month period. If issued, the solicitation will utilize source selection procedures which will require offerors to submit a proposal for evaluation by the Government, addressing such factors as technical approach/solution, experience, past performance, safety, energy and sustainable design, and price. Submitted Sources Sought Questionnaires must be complete and sufficiently detailed to assist the Government in determining the firm's qualifications to perform the defined work. Interested parties are requested to submit the attached Sources Sought Questionnaire to NAVFAC Midwest, Attention: Mary Beth Rankin, Contracting Officer, 2625 Ray Street, Building, Great Lakes, Illinois 60088-3147; via email to mary.rankin1@navy.mil; or FAX (847) 688-3689. Receipt of potential offeror's sources sought package shall be received no later than Friday, 14 March 2014 at 12:00 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. The Government will not pay for any effort expended in responding to this notice. Estimated award date for this potential contract is August 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N40083-14-R-3212/listing.html)
 
Place of Performance
Address: Naval Station, Great Lakes, Illinois and Department of Defense facilities within a 200 mile radius of Naval Station, Lreat Lakes., Great Lakes, Illinois, 60088-3147, United States
Zip Code: 60088-3147
 
Record
SN03304341-W 20140308/140306235454-bd00821f5b211dd113530bddc7a7f1b0 (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.