Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2014 FBO #4732
SOURCES SOUGHT

Y -- Multiple Award Construction Contract - Pensacola, Panama City and Whiting Field Area

Notice Date
11/6/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945015PCOLA
 
Response Due
11/21/2014
 
Archive Date
12/6/2014
 
Point of Contact
Kendra McMahon
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
Sources sought for a Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the Naval Facilities Engineering Command Southeast (NAVFAC SE). The majority of the work will be concentrated in, but not limited to, Pensacola, Panama City and Whiting Field, FL. 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. NAVFAC SE 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), and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities for Department of Defense (DoD) activities in the Pensacola, Panama City, and Whiting Field areas managed by NAVFAC SE. Work may be required in other areas in the area of responsibility of NAVFAC SE if deemed necessary and approved by the NAVFAC SE Chief of Contracts. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 4 or 5 RFPs issued within a 30-day period). The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $36.5 million (M). The contract(s) will be for one base year with four one-year option periods. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $75M over the base year and four option periods combined. A per contract maximum will not be identified. Task orders will be firm fixed price with a minimum value of $150,000 and a maximum value of $6M. However, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest and approved by the Contracting Officer. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. Interested sources are invited to respond to this sources sought announcement. Respondents shall provide up to five projects that best demonstrate the company ™s experience relative to the types of work covered by this requirement. Projects should be representative of NAICS 236220 and be similar in size, scope and complexity to this requirement. Contracts must have been performed or substantially performed within the last five years. Contracts with federal, state or local Government, and/or commercial customers will be accepted. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Submit a maximum of five projects describing the following: 1) Experience: Describe the government or commercial construction contracts/projects your firm has completed as the Prime Contractor in the last five years showing your experience in construction, renovation, alteration, demolition, and repair work with a project cost in the range of $150,000 to $6M per project. For each of the contracts/projects submitted for experience, provide contract number, title; location; contract value; type of contract; contract completion date; performance rating; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. 2) Experience in the construction of projects capable of obtaining LEED Gold certification in accordance with the USGBC criteria. Demonstrate this experience by identifying projects managed by your firm that have obtained LEED Gold certification from the USGBC. 3) Bonding capacity: Provide surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify whether your firm is a self-certified Small Business or SDVOSB, or an SBA certified 8 (a) or HUBZone firm. If you are an 8(a) or HUBZone firm, provide proof of SBA certification. For more information on the definition or requirements for these, refer to http://www.sba.gov/. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. 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. Please respond to this announcement by 21 November 2014, 2:00 pm eastern time by submitting your capabilities statement via email to kendra.mcmahon@navy.mil. The subject line of the email shall read: PENSACOLA AREA MACC. Emails shall be no more than 10MB in size. If additional space is needed, more than one email may be sent. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56816e504bc0e60a518581b59e22d1b8)
 
Record
SN03567974-W 20141108/141106234351-56816e504bc0e60a518581b59e22d1b8 (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.