Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2015 FBO #4845
SOURCES SOUGHT

Z -- SOURCES SOUGHT - HEAVYAND CIVIL ENGINEERING CONSTRUCTION

Notice Date
2/27/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, POINT LOMA FEAD/CODE ROPML Naval Base PointLoma 4635 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247315D1005
 
Response Due
3/13/2015
 
Archive Date
3/28/2015
 
Point of Contact
Deloris Rivers - deloris.rivers@navy.mil
 
E-Mail Address
ela
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR JOB ORDER CONTRACT PRE-PRICED LINE ITEMS, FIRM FIXED PRICE CONSTRUCTION CONTRACT FOR VARIOUS HEAVY AND CIVIL ENGINEERING CONSTRUCTION PROJECTS AT THE NAVAL BASE POINT LOMA AREA AND ALL OF THE AREAS UNDER ITS COGNIZANCE. This notice is issued to determine interest and capability of potential sources for a potential procurement, and is for preliminary planning/market research purposes only. The North American Industrial Classification System (NAICS) code for this potential procurement is 237990, Other Heavy and Civil Engineering Construction with a corresponding small business size standard of $15.0 million. FEAD Point Loma is seeking a response from interested firms that qualify as a U.S. Small Business Administration (SBA) Certified 8(a), SBA Certified HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Economically Disadvantaged Woman Owned Small Business (EDWOSB) with self-performance experience in the types of work likely to be ordered on any potential procurement. For more information on the definition or requirements for these, refer to http://www.sba.gov/. All firms are reminded that they must be registered in the System for Award Management (SAM) database to be eligible to receive any potential contract award. It is anticipated that the contract performance period will include one (1) year basic period, and four (4) one-year option periods. The planned maximum ordering capacity is not-to-exceed $8 million over the life of the contract or five years, whichever comes first, assuming that all option years are exercised. The Task Orders will be issued as firm-fixed-price and the estimated range is between $2,000 each and a maximum of $1,000,000 each. Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306 are as follows: Workers Compensation and Employer's Liability ($100,000); General Liability ($500,000 per occurrence/$50,000 per occurrence for property damage); Automobile Liability ($200,000 per person/$500,000 per occurrence for bodily injury/$20,000 per occurrence for property damage). SCOPE OF WORK: The work to be acquired under this contract is for new construction, renovation, and repair within the NAICS code listed, primarily by design-build or secondarily by design-bid-build, of heavy horizontal and civil engineering construction project. Types of projects may include, but are not limited to: Outdoor Shooting and Combat Training Ranges and Terrains, Canals and Channels, Dams and Embankments, Bridges, Erosion Control and Storm water Management, Landfills, Ammunition/Weapons Magazines, Irrigation and Landscaping, Recreational Fields and Parks, and Tunneling and Horizontal Directional Drilling Responses to Sources Sought: INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN 3:00 P.M. (PST), 13 MARCH 2015 WITH THE FOLLOWING SUBMISSIONS VIA EMAIL: lisa.fleming@navy.mil, deloris.rivers@navy.mil, myangela.buescher@navy.mil Submission packet will include the following: 1. Copy of most recent Capability Statement (including DUNS number, CAGE code, NAICS codes and Small Business certifications) detailing work performed in the last five (5) years to include projects that demonstrate recent Prime Contractor or indicate work performed as a subcontractor or teaming partner for projects you deem best represent your firm's self-performance capabilities. 2. Market Research Questionnaire. Market Questionnaire shall not exceed five (5) pages. This includes pages 1 of the Market Research, 1 copy of page 2 and 3 for each of the two (2) projects requested in the Market Research Questionnaire. Please Submit as One (1) file in.pdf format. Subject line of the email shall appear as follows: N62473-15-R-1005 - Heavy and Civil Engineering Construction Sources Sought Response This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within FEAD Point Loma, to facilitate the decision making process and will not be disclosed outside of the organization. This does not constitute a request for proposal, request for quote or an invitation for bid. Responses in any form are not offers. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. At this time, a solicitation DOES NOT exist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A5/N6247315D1005/listing.html)
 
Place of Performance
Address: NAVAL BASE POINT LOMA AREA AND ALL OF THE AREAS UNDER ITSCOGNIZANCE, San Diego, CA
Zip Code: 92110
 
Record
SN03654017-W 20150301/150227235312-945174f2561921ee64e77e669c60ce4e (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.