Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
DOCUMENT

Y -- Sources Sought for P-993 TPS Forward Operating Location Facility and Pier, USCG Station, Port Angeles, WA - Attachment

Notice Date
7/20/2015
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
Solicitation Number
N4425516MKTG2
 
Response Due
8/4/2015
 
Archive Date
8/4/2016
 
Point of Contact
Andy Hart
 
E-Mail Address
6-1861
 
Small Business Set-Aside
N/A
 
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), and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 237990 Other Heavy and Civil Engineering Construction. The applicable size standard is $36.5M, average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. 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 and 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, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. This is a design-bid-build (DBB) project. The project will be located at United States Coast Guard Station, Ediz Hook, Port Angeles, WA. The general scope of this requirement consists of the following: The project constructs a single story, 8,200 square foot, alert force facility with berthing space for up to 28 personnel. The basic layout provides a berthing wing and an administrative wing. The exterior walls will be constructed of fully grouted, reinforced concrete masonry (non-load bearing), supported by steel columns and beams. The project also constructs a 22,000 square foot pile-supported approach trestle and pier. The trestle will provide vehicle and pedestrian access to the pier and will transfer utility services to the pier. The fixed pier will have full hotel services at each of the six berths including power, potable water, fire protection, sewage connections, ship overboard drainage collection, fueling connections, and telephone and Local Area Network (LAN) service. The fixed pier will also be equipped with lighting, mooring, fendering, brows, corrosion protection systems, access control, and stormwater protection systems. The estimated total contract price range, per DFAR 236.204, is between $10,000,000 and $25,000,000. This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act “ 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-bid-build construction contract for work similar in size scope and complexity. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ½ x 11 pages for a cover letter. 1) Name of the Firm, DUNS number, address and point of contact information. 2) Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran 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/. 3) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify that you are willing to work at the specified location. 5) Experience: Using the Sources Sought Information Form, submit a maximum of five(5) projects describing the government or commercial contracts/projects your firm has completed in the last five (5) years, with projects that are similar in size, scope, and complexity as indicated in this announcement. a)Firm must demonstrate the following two types of experience within the 5 projects submitted in order to be considered relevant: (1) Construction of administrative, berthing or support facility of at least 4,000 total sf. oMinimum project cost of $2,000,000 oContract completion no earlier than 21 Jul 2010 (2) Construction of piers at least 8,000 sf. oMinimum project cost of $8,000,000 oContract completion no earlier than 21 Jul 2010 b)For each of the contracts/project submitted for experience, provide the Title Location Whether prime or subcontractor work Contract or subcontract value Type of contract Identify if design-build or design-bid-build Contract completion date Customer point of contact including phone number Narrative description of the product/services provided by your firm Projects that do not include all information requested will not be considered when determining if qualified experience has been demonstrated. Please respond to this sources sought announcement by 2:00 p.m. August 4, 2015 to Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Andy Hart, 1101 Tautog Circle, Silverdale, WA 98315. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All solicitations for NAVFAC Northwest are available at www.neco.navy.mil with beginning with N44255. 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. However, NAVFAC-NW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. 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/N44255/N4425516MKTG2/listing.html)
 
Document(s)
Attachment
 
File Name: N4425516MKTG2_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N4425516MKTG2_Sources_Sought_Info_Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N4425516MKTG2_Sources_Sought_Info_Form.doc

 
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: USCG Station, Port Angeles, WA
Zip Code: 98362
 
Record
SN03802575-W 20150722/150720234636-da69f3758fd5b0717a73fd614376fe22 (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.