Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
DOCUMENT

Z -- Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily within PWD New London and PWD Newport - Attachment

Notice Date
4/15/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008516R3016
 
Response Due
4/29/2016
 
Archive Date
5/14/2016
 
Point of Contact
Crystal Godwin, crystal.godwin@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC MIDLANT) is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily located within the Area of Responsibility (AOR) of NAVFAC MIDLANT, Public Works Department (PWD) New London, Naval Submarine Base New London, Groton, CT and PWD Newport, Naval Station Newport, Newport, RI. This contract(s) will require the ability to manage multiple task orders concurrently across the PWD New London and PWD Newport AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, operational, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. No more than five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $95,000,000.00 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $150,000.00 to $5,000,000.00; however, smaller and larger dollar value projects may be considered. The appropriate Northern American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 “ Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that śThe concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. ť It is requested that interested small businesses submit to the Contracting Officer a brief capabilities statement package including the NAVFAC Sources Sought Questionnaire and Excel matrix provided as attachments to this notice in order to demonstrate the ability to perform the services described. The questionnaire and matrix should be used to document a minimum of three (3) and a maximum of five (5) relevant projects completed in the past five (5) years that best demonstrate your experience on projects that encompass a variety of design and construction services in the cost range described above. All projects listed on the questionnaire must also be listed on the Excel matrix (and vice versa), with the appropriate fields filled out to indicate the type of work. All responses shall include: (1) The attached NAVFAC Sources Sought Questionnaire. The description box on the questionnaire shall include the contract number, square footage, Government Agency/Private Entity for which the work was performed, and a brief description of how the contract referenced relates to the size, scope and complexity requirements for the services described. There are only enough boxes to list four (4) projects on the questionnaire. If you are submitting five (5) projects, you will need to fill out a second questionnaire to list the fifth project. NOTE: EMR is to be provided for years 2013, 2014 and 2015. Due to limitations of the questionnaire form, you will not be able to select a year label prior to 2015. Please use the first EMR box to list your 2015 EMR, the second to list your 2014 EMR, and the third to list your 2013 EMR. The rest of the questionnaire is self-explanatory, and all boxes should be filled out as applicable. (2) The attached Excel matrix. Every project that is listed on the questionnaire must also be listed on the matrix, and vice versa. (3) Company Profile (no more than one page) to include the following: a.Number of offices and office location(s); b.Number of employees per office; c.Available bonding capacity per contract (must be able to bond up to the target award for this contract); d.DUNS number; e.CAGE Code; f.Small business designation/status claimed; and g.Annual revenue. (4) If you are proposing as an 8(a) Mentor-ProtĂ©gĂ©, indicate the percentage of work to be performed by the protĂ©gĂ© and a copy of the SBA letter stating that your Mentor-ProtĂ©gĂ© agreement has been approved. (5) In addition to the above items, you may also submit a capabilities statement for review (no page limitation on this, brochures are acceptable), but it is not required. This notice 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. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government ™s best interest. Large Business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 29 APR 2016 at 12:00 PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail (preferred method) to Crystal Godwin at crystal.godwin@navy.mil or mailed to: Naval Facilities Engineering Command, Mid-Atlantic North IPT, Code OPTA 9324 Virginia Ave Norfolk, VA 23511
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R3016/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R3016_NLON-Newport_MACC_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3016_NLON-Newport_MACC_Sources_Sought_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R3016_NLON-Newport_MACC_Sources_Sought_Notice.pdf

 
File Name: N4008516R3016_Sources_Sought_Questionnaire.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3016_Sources_Sought_Questionnaire.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R3016_Sources_Sought_Questionnaire.pdf

 
File Name: N4008516R3016_N4008516R3016_SS_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008516R3016_N4008516R3016_SS_Matrix.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R3016_N4008516R3016_SS_Matrix.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04085947-W 20160417/160415234617-9c891305f368eaa7d5c4725f7dbbacc1 (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.