Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
DOCUMENT

Y -- Seeking eligible business firms capable of performing for a Design/Build (D/B) Design Bid Build (DBB) Multiple Award Construction Contract (MACC). - Attachment

Notice Date
4/1/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9324 Virginia Avenue Norfolk, VA
 
Solicitation Number
N4008515R8733
 
Response Due
4/15/2015
 
Archive Date
2/1/2016
 
Point of Contact
Tramaine Sims, Contract Specialist, Email: Tramaine.sims@navy.mil, Ph: 757-341-1976 or Michael Greene, Contract Specialist, Email: Michael.greene2@navy.mil, Ph: 757-
 
E-Mail Address
<!--
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid -Atlantic is seeking eligible business firms capable of performing for a 100 percent 8(a) set-aside Design Build (DB), Design-Bid-Build (DBB) Indefinite delivery, Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The multiple award, indefinite delivery, indefinite quantity contract will be for general design bid build and design/build projects in the NAVFAC MIDLANT Northeast Area of Responsibility to include: Connecticut, Massachusetts, and Rhode Island. However; projects may also be considered throughout the NAVFAC Mid-Atlantic and NAVFAC Atlantic AOR. Under such MACC, the Contractor(s) shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the specifications for each task order. The work will primarily consist of new construction, renovation, alteration, demolition, and repair work. Including but not limited to: aviation and aircraft facilities, marine facilities, bachelor quarter (barracks), administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and mold remediation). The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. No more than five (5) contracts will be awarded as a result of this solicitation. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. Projects for the DB, DBB MACC have an estimated construction cost between $1,000,000.00 and $5,000,000.00; however, smaller and larger dollar value projects may be considered, at the discretion of the Contracting Officer. The government will include a minimum guarantee of $5,000.00 to each successful offeror over the full term of the contract to include option years. This solicitation will utilize the Best Value Source Selection (BVSS), Two-Phase Design/Build Source Selection Procedures per FAR Parts 15 and 36. Phase I proposals will be evaluated based on their technical merits for the identified criteria for technical factors. A maximum of seven offerors will be selected to submit Phase II proposals. The contracting officer, at his/her option, reserves the right to select less than seven (7) offerors for Phase II should the situation require less. The proposal due date for Phase II will be established by amendment after the completion of Phase I. Phase II proposals will be evaluated based on all technical factors and price factor. The Request for Proposals (RFP) for Phase I, is expected to be issued in third quarter of FY 2015. The RFP for Phase II will be issued via amendment upon completion of Phase I. Competition Requirements: 100 percent 8(a) Set-Aside All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, Women-Owned Small Business (WOSB) and other certified small businesses are encouraged to respond. This office anticipates award of a contract in September 2015. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $36,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience of the Construction/Prime Contractor: submit a maximum of five (5) projects for the Construction Contractor describing the following experience in performing efforts of similar value, size, and scope within the last ten (10) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/ Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. (2) Relevant Experience of the Design Contractor: submit a maximum of five (5) projects for the design contractor describing the following experience in performing efforts of similar value, size, and scope within the last ten (10) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/ Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. (3) Company Profile to include: a. Number of offices and office location(s) b. Number of employees per office c. Available bonding capacity per contract d. DUNS number e. CAGE Code f. Small business designation/status claimed g. Annual revenue. If status is a HUBZone, a statement that your firm presently qualifies in all respects as a HUBZone. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE NLT April 15, 2015, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent to the following: U. S. Mail responses to: Naval Facilities Engineering Command Mid -Atlantic, Northeast IPT, Attn: Tramaine Sims, 9324 Virginia Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511 -3095 Express deliver responses to: Naval Facilities Engineering Command Mid -Atlantic, Northeast IPT, Attn: Tramaine Sims, 9324 Virginia Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511 -3095 Hand deliver responses to: Naval Facilities Engineering Command Mid -Atlantic, Northeast IPT, Attn: Tramaine Sims, 9324 Virginia Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511 -3095 Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Tramaine Sims either by email at Tramaine.sims@navy.mil or phone 757-341-1976.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008515R8733/listing.html)
 
Document(s)
Attachment
 
File Name: N4008515R8733_N4008515R8733-8A-MACC_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N4008515R8733_N4008515R8733-8A-MACC_Sources_Sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008515R8733_N4008515R8733-8A-MACC_Sources_Sought.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03686442-W 20150403/150401235820-8a2ab94d2836956d3b3e64c9f0d0507c (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.