Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2016 FBO #5256
DOCUMENT

Y -- NAVFAC SOUTHWEST MULTI-TRADE JOB ORDER CONTRACT (MT JOC) TRAVIS AIR FORCE BASE, SAN JOSE, ALAMEDA, SARAMENTO, BASE, SAN BRUNO, DIXON AND CONCORD CALIFORNIA - Attachment

Notice Date
4/12/2016
 
Notice Type
Attachment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, TRAVIS ROICC/CODE ROPWT TRAVIS AIR FORCE BASE 191 W ST/PO BOX 1597 Travis AFB, CA
 
Solicitation Number
N6247316MTJOC
 
Response Due
4/27/2016
 
Archive Date
5/12/2016
 
Point of Contact
Karen Aldridge 707 424-1408
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a Sources Sought Notice Only. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for determining whether to set-aside the requirement for small businesses. It is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Southwest to facilitate the decision making process. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a) Small Businesses, certified HUB Zone Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Women Owned Small Businesses (WOSB). This notice is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted to this notice is strictly voluntary. The Naval Facilities Engineering Command, Southwest (NAVFAC), Resident Officer in Charge of Construction (ROICC) Travis, Travis AFB California is seeking eligible U.S. Small Business Administration (SBA), certified 8(a) Small Businesses, certified HUB Zone Small Businesses, Service-Disabled Veteran-Owned Small Businesses, Women Owned Small Businesses and Small Businesses capable of performing: NAVFAC SOUTHWEST MULTI-TRADE JOB ORDER CONTRACT (MT JOC) TRAVIS AIR FORCE BASE, SAN JOSE, ALAMEDA, SARAMENTO, SAN BRUNO, DIXON AND CONCORD CALIFORNIA The estimated maximum dollar value, including the base year and up to four one-year options, up to $5,000,000. Task orders are anticipated to be in the range between $5,000 and $1,000,000. Task orders may fall below or above this limit; however, the contractor is not obligated to accept such task orders under the general terms of the contract. The JOC will be based on a negotiated coefficient applied to RS Means line items. The only work authorized under the contract is work ordered by the Government through issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract a minimum of $5,000 is guaranteed to be ordered from the contractor under the performance period of the contract. The contractor is not guaranteed work in excess of the minimum guarantee. All interested eligible SBA certified 8(a) Small Businesses, SBA certified HUB Zone Small Businesses, Service-Disabled Veteran-Owned Small Businesses, Women Owned Small Businesses and Small Businesses are encouraged to respond. Upon review of the industry response to this Sources Sought Notice, the Government will decide what type of set-aside acquisition will be in the Government s best interest. Sole Source for $4 million and only three years (36 months) or compete for more than $4 million and more than three years. The North American Industry Classification System (NAICS) Code is 238990, (All Other Specialty Trade Contractors) with a Small Business Size Standard of $15.0 million, average annual gross receipts for the preceding three fiscal years. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It 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 issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. 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. PROJECT DESCRIPTION: The work includes, but are not limited to: repairs renovations, electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation, flooring (tile work/carpeting), roofing. SUBMISSION REQUIREMENTS Interested sources are invited to respond to this Sources Sought Notice by using the form provided under file titled Sources Sought Information Form , providing the following information: 1) Contractor information: Provide your company s contact information. 2) Business Size: Identify whether your company is an SBA certified 8(a) business, SBA certified HUB Zone business, Service-Disabled Veteran-Owned small business, Women Owned Small Business, or Small Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide: your surety s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a maximum of 5 Government or commercial contracts/projects your company has completed in the last 5 years, demonstrating your experience in Job Order Contract under NAICS 238990 construction projects as indicated in this announcement within the cost range of $5,000 to $1,000,000. For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, and facility repair renovations, flooring, carpeting, HVAC, repair fencing, painting) type of contract (IDIQ or other), a narrative description of the product/services provided by your company, and customer information including point of contact, phone number and email address. If the design was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house, and the contract completion date. Indicate whether you have an established working relationship with the design firm. Responses to items 1 through 4 above are limited to 6 single-sided, 8.5 X 11 inch pages. The 6 page limitation includes pages 1 through 6 of the Sources Sought Information Form . The minimum font size is 10 point. Three (3) copies of the Sources Sought Information Form shall be submitted to NAVFAC SW, ROICC Travis. Submissions must be received at the office cited no later than 2:00 PM Pacific Standard Time on 27 April 2016. The package shall be sent by mail to the following address: NAVFAC SW, ROICC Travis, 191 W St Bldg 912, Travis AFB, CA. 94535 (Attn: Karen Aldridge). Questions or comments regarding this notice may be addressed to Karen Aldridge, or email karen.aldridge@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62474T/N6247316MTJOC/listing.html)
 
Document(s)
Attachment
 
File Name: N6247316MTJOC_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247316MTJOC_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247316MTJOC_Sources_Sought_Information_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04081374-W 20160414/160413000311-b53ce02fb2091c3e4c70d61c8fd2fe88 (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.