SOURCES SOUGHT
Z -- MAGAZINE MAINTENANCE & REPAIRS
- Notice Date
- 11/13/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- 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
- N4008515R7902
- Archive Date
- 12/12/2014
- Point of Contact
- R Annette Taylor, Phone: 812-854-2673, Carrie Grimard, Phone: 812-854-6641
- E-Mail Address
-
annette.taylor@navy.mil, carrie.grimard@navy.mil
(annette.taylor@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 IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Solicitation Number for this announcement is N40085-15-R-7902; The Naval Facilities Engineering Command, MidLant, PWD Crane, is currently seeking potential sources for an Indefinite-delivery/indefinite-quantity (IDIQ) type contract with a base period of twelve months and two (2) 12-month option periods to be exercised at the Governments discretion. The NAICS Code for this solicitation is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard is $33,500,000.00. It is the Governments intent to utilize the contract resulting from a future solicitation to obtain labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform magazine and inert building maintenance and repairs at the Naval Support Activity (NSA Crane), Crane, Indiana, via an IDIQ contract with a guaranteed minimum of $50,000.00 a maximum limit of $10M for the contract term. The solicitation is for all work associated with magazine and inert building maintenance and repairs, including but not limited to concrete installation and removal, replacement of entire or portions of concrete docks, replacement of entire or portions of wing walls, replacement of steel doors, lead paint removal, replacement of dead lights, dome repair, and replacement, grounding, seeding, mulching, removal, and installation of bumper blocks, excavation, backfilling, and incidental related work. Low Price Technically Acceptable 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. This sources sought notice is seeking interest from an accurate group of Service Disabled Veteran Owned Small Business, HUB Zone concerns, Woman owned small business concerns, or small business concerns. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. The intent is to issue a solicitation on a set aside basis to Service Disabled Veteran Owned Small Business, HUB Zone concerns, Woman owned small business concerns, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 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 Businesses, HUBZone concerns, woman owned small business concerns or other 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, HUBZone concern, woman owned small business concern, or small business concern. If adequate interest is not received from any of the above categories the future solicitation will be issued for full and open competition. Anticipate the solicitation will be released in January 2015. 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.neco.navy.mil or www.fbo.gov. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offeror must be registered in the System for Award Management (SAM) prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so. The web site is a Federal Government owned and operated FREE web site that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS. The web site is https://www.sam.gov Registration on SAM is FREE, beware of websites charging for registration. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor@navy.mil. The due date for responses to this Sources Sought Notice is November 27, 2014. Responses may be submitted under Solicitation Number N40083-12-R-2512 via e-mail to: annette.taylor@navy.mil or hand-deliver to NAVFAC Midlant PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008515R7902/listing.html)
- Place of Performance
- Address: 300 HWY 361, Crane, Indiana, 47522, United States
- Zip Code: 47522
- Zip Code: 47522
- Record
- SN03572149-W 20141115/141113234300-94881cea5a53eaaadf99dee23ae86d9a (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 |