Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2014 FBO #4774
DOCUMENT

Y -- P159 CAMP WILSON INFRASTRUCTURE UPGRADES, MARINE CORPS AIR GROUND COMBAT CENTER TWENTYNINE PALMS, CALIFORNIA - Attachment

Notice Date
12/18/2014
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247315SXX01
 
Response Due
1/7/2015
 
Archive Date
1/22/2015
 
Point of Contact
Akemi Pugnier, (619) 532-4744, akemi.pugnier@navy.mil
 
E-Mail Address
akemi.pugnier@navy.mil
(akemi.pugnier@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY. HOWEVER, BOTH LARGE AND SMALL BUSINESS CONCERNS ARE ENCOURAGED TO RESPOND TO THE PROJECT LABOR AGREEMENT SURVEY. Project Location: Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms, California Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Southwest (SW), Central Integrated Product Team (IPT), Attn: OPAA.AP Akemi (Kim) Pugnier, 937 N. Harbor Drive, Bldg 1, 3rd Floor, San Diego, CA 92132-5190 Description: This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), Economically-Disadvantaged Woman Owned Small Business (EDWOSB), and/or Small Business (SB) sources relative to NAICS classification 237130, Power and Communication Line and Related Structures Construction. The applicable size standard is $36.5 million average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used as part of the Government ™s overall market research efforts to make appropriate acquisition decisions and set-aside determinations (if applicable). After completion of market research analyses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities website (FBO) and the Navy Electronic Commerce Online website (NECO). Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The general scope of this requirement is a Firm-Fixed Price (FFP) Design-Build Construction Contract for the extension of new and existing utilities to and within Camp Wilson in support of the śGrow the Force ť Ground Combat Program. Utility upgrades include communications, electrical, SCADA, water and sewer. Facilities include electrical distribution substation, latrines, open secure storage, a 1-million gallon potable water tank, and pump house. The estimated magnitude of construction for this project is between $25,000,000 and $30,000,000. This procurement shall be in accordance with FAR Clause 52.225-11 Buy American Act “ Construction Materials Under Trade Agreements and FAR Provision 52.225-12 Notice of Buy American Act Requirement “ Construction Materials Under Trade Agreements. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design-build construction contract for Camp Wilson Infrastructure Upgrades. Submission Requirements: 1) Cover letter. Not to exceed two (2) single sided 8 ˝ x 11 pages. 2) Experience: a. Construction Experience: Using Attachment A, submit a minimum of two (2) and maximum of five (5)projects of similar size, scope and complexity describing the following: Describe the Government or commercial contracts/projects your firm has completed as a prime contractor or as a subcontractor in the last 5 years* in the construction and installing of mechanical systems. *Note: Five-year Period: Refers to the period of time for which projects may be submitted for experience. The five-year period is calculated by counting back five years from the specific date set forth from the receipt of the sources sought package. Submitted projects must meet the following requirements to be considered: Experience with construction of a minimum of one (1) mile of utilities including water, sewer, and electrical. Experience with construction of a potable water tank (minimum 500,000 gallon). Experience with horizontal directional drilling crossing under a waterway or roadway. Note: Attachment A shall not exceed 10 single sided 8 ˝ x 11 pages for all projects combined. 2) Bonding capacity: Using Attachment B, provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Using Attachment B, identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Economically-Disadvantaged Woman-Owned Small Business and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. a. Joint Ventures will be evaluated in order to determine conformance with the appropriate section of 13 C.F.R. If submitting a response to this announcement as a Joint Venture, submit all required information for each joint venture party. Additionally, submit a description of how the joint venture will be established, managed, and how workload will be distributed between the joint venture parties. PROJECT LABOR AGREEMENT SURVEY: Use of a Project Labor Agreement is being considered for this project pursuant to Executive Order 13502, Use of Project Labor Agreements for Federal Construction Projects (February 6, 2009). Complete the attached form providing your company ™s position regarding the Project Labor Agreements (PLA). For more information on the definition or requirements for the PLA, refer to the attached inquiry form, information sheet, or http://www.whitehouse.gov/the-pressoffice/executive-order-use-project-labor agreements-federal-construction-projects. This form does not count towards the page limits. Please respond to this sources sought announcement via mail (include a compact disk (CD) of the submitted material with the hard copy) no later than 11:00 a.m. Pacific Time, on Wednesday, January 7, 2015 to NAVFAC SW, Central IPT, Attn: Akemi Pugnier, Contact Specialist, Code OPAA.AP, 937 N. Harbor Drive, Building 1 / 3rd floor, San Diego, CA 92132. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation as this announcement constitutes only one aspect of the Government ™s market research efforts. However, NAVFAC SW will utilize the information for technical and acquisition planning purposes as appropriate. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247315SXX01/listing.html)
 
Document(s)
Attachment
 
File Name: N6247315SXX01_P159_Attachment_A.doc (https://www.neco.navy.mil/synopsis_file/N6247315SXX01_P159_Attachment_A.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247315SXX01_P159_Attachment_A.doc

 
File Name: N6247315SXX01_P159_Attachment_B_SSIF.docx (https://www.neco.navy.mil/synopsis_file/N6247315SXX01_P159_Attachment_B_SSIF.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247315SXX01_P159_Attachment_B_SSIF.docx

 
File Name: N6247315SXX01_P159_PLA_Inquiry_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247315SXX01_P159_PLA_Inquiry_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247315SXX01_P159_PLA_Inquiry_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03599630-W 20141220/141218234448-1ebd5350f7003259a0c4b1ba36dbc68b (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.