Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2015 FBO #4807
DOCUMENT

Y -- P-222 ENHANCED LAND MOBILE RADIO (E-LMR) COMMUNICATION TOWERS, MARINE CORPS MOUNTAIN TRAINING CENTER (MCMWTC), BRIDGEPORT, CALIFORNIA - Attachment

Notice Date
1/20/2015
 
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
N6247313S2604
 
Response Due
2/10/2015
 
Archive Date
4/7/2015
 
Point of Contact
POC: Melinda P. Cabrera Number: (619) 532-3851
 
E-Mail Address
melinda.cabrera@navy.mil
(melinda.cabrera@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: LARGE BUSINESSES NEED NOT RESPOND. THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY. Project Location: Marine Corps Mountain Training Center (MCMWTC), Bridgeport, California Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Southwest (SW), Central Integrated Product Team (IPT), Attn: OPAA.MC Melinda P. Cabrera, 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 is 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), Woman Owned Small Business (WOSB)/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 $33.5 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 review of the responses to this sources sought synopsis, 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 to construct five new E-LMR communication towers throughout the MCMWTC. Each communication tower will be constructed as a standalone facility in remote locations within the Sierra Nevada Mountains. The communication towers will range from 70 to 150 feet in height and each tower will consist of tower foundation, propane generator, solar panels and batteries, equipment shelter, fence, and associated support features like halo grounding, ice-bridge system and propane tanks. Due to the remoteness of the communication towers, contractors may be required to utilize aerial crane services to construct the communication towers and their supporting facilities. The estimated magnitude of construction for this project is between $5,000,000 and $16,000,000. This procurement shall be in accordance with FAR 52.225-9/10 or FAR 52.225-11/12, Buy American Act “ Balance of Payments Program - Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications (this is to include aerial crane services), experience, bonding, and the capability to perform a design-build construction contract for communication towers. Submission Requirements: 1) Cover letter. Not to exceed two (2) single sided 8 ½ x 11 pages. 2) Experience: a. Construction Experience: Using Attachment A, submit a minimum of three (3) and maximum of five (5) projects describing the following: Describe the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience in the design and construction of free standing towers or projects similar in size, scope, and complexity as indicated in this announcement. Projects must meet the following requirements in order to be considered: free standing towers of a minimum 50 feet in height. Note: Attachment A shall not exceed 10 single sided 8 ½ x 11 pages for all projects combined. b. Aerial Crane Services Experience: Submit a minimum of one (1) and a maximum of three (3) projects on a three (3) page narrative describing the following: describe your company ™s experience as a prime contractor coordinating Aerial Crane Services for any type of construction project completed within the last five (5) years. The description of your experience shall include the logistical challenges associated with labor, material, and construction schedule management and what measures were taken to mitigate those logistical challenges. Provide details of the project type, location, when the project was completed and other information important to the project. Note: The narrative shall not exceed three (3) single sided 8 ½ 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, Women-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. Please respond to this sources sought announcement no later than 12:00 p.m. Pacific Time, on Tuesday, February 10, 2015 to Naval Facilities Engineering Command Southwest, Central IPT, Attn: Melinda P. Cabrera, Contact Specialist, Code OPAA.MC, 937 N. Harbor Drive, Building 1 / 3rd floor, San Diego, CA 92132 or Email responses directly to melinda.cabrera@navy.mil. 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/N6247313S2604/listing.html)
 
Document(s)
Attachment
 
File Name: N6247313S2604_P222_Attachment_A_SS.doc (https://www.neco.navy.mil/synopsis_file/N6247313S2604_P222_Attachment_A_SS.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247313S2604_P222_Attachment_A_SS.doc

 
File Name: N6247313S2604_P222_Attachment_B_SSIF.docx (https://www.neco.navy.mil/synopsis_file/N6247313S2604_P222_Attachment_B_SSIF.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247313S2604_P222_Attachment_B_SSIF.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: MARINE CORPS MOUNTAIN TRAINING CENTER (MCMWTC), BRIDGEPORT, CA
Zip Code: 93517
 
Record
SN03619890-W 20150122/150120234323-e4c18be82990500463e107d98fe4132e (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.