MODIFICATION
Y -- N69450-17-R-0811 SOUTH TEXAS MEDIUM MULTIPLE AWARD CONSTRUCTION CONTRACT, NAVFAC SOUTHEAST AREA OF RESPONSIBILITY
- Notice Date
- 7/13/2017
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945017R0811
- Response Due
- 7/31/2017
- Archive Date
- 12/31/2017
- Point of Contact
- Barbara Czinder 904-542-6834
- Small Business Set-Aside
- N/A
- Description
- Has been amendment to allow for 2 project vice 4. This is NOT a solicitation announcement and there are no plans/specifications/drawings or bid package available for this project. 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 NAVFAC Southeast to facilitate the decision making process. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. NAVFAC Southeast is looking for responses from interested Prime Contractors. We are not seeking responses from firms interested in subcontracting opportunities. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal/Solicitation, Request for Quote, or Invitation for Bid and there are no plans or specifications for this notice. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes 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 by respondents to this notice is strictly voluntary. If a solicitation is issued the solicitation number WILL NOT be the number same as the source sought notice number. It is the potential offerors responsible to check the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and the Federal Business Opportunities website. NAVFAC Southeast is seeking qualified businesses with current relevant experience to perform the following as described below: Project Description: Potential sources should have current relevant qualifications, experience, personnel, security approvals, equipment, capability, and bonding capacity to perform IDIQ Design-Build Construction Contracts. The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, repair work, and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, community support facilities, and both vertical and horizontal construction for Department of Defense. The areas of proposed work will be in South Texas region, as currently managed by NAVFAC SE. The work will be concentrated at, but not limited to the following locations: Naval Air Station (NAS) Corpus Christi, NAS Kingsville and associated outlying airfields and NOSCs. Multiple Award Construction Contract (MACC) Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 4 or 5 RFPs issued within a 30-day period). The contract(s) will be for one base year with four one-year option periods. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $99 million over the base year and the four option periods combined. A per contract maximum will not be identified. Task orders will be firm-fixed price with a minimum value of $4 million and a maximum value of $20 million. NAICS Code: 236220 “ Commercial and Institutional Building Construction with the annual size standard of $36.5 million. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1.Contractor Information: Provide your firm ™s contact information, to include DUNS and Cage Code numbers. 2.Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 3.Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4.Bond Capacity: Provide your surety ™s name, your maximum bonding capacity per individual project. 5.Experience: Submit a minimum of two Design-Build (2) projects, to include experience in performing efforts of a similar size and scope (construction, renovation, alteration, demolition, and repair work; including the necessary design) and completed within the last seven (7) years. With an approximate completed value of $6 Million or greater. Identify whether your firm has in-house engineering capacity or uses an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). Provide a minimum of two projects where your firm has worked with an A/E firm and construction has been completed in the last seven years. For each of the design services projects, provide the contract number along with the name, email address, and phone number of the point of contact at the A/E firm. Due to the need to establish breadth of experience for multiple project types, at least three (3) of the projects must be from a one of the distinct project categories. New construction or major renovation experience in industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. At least one of the projects must demonstrate new construction and at least one of the projects must demonstrate major renovation experience. Submissions shall contain the following items below (a “ g) for each project submitted for consideration. a.Include Contract Number, if applicable b.Indicate whether Prime contractor or Subcontractor c.Contract Value d.Completion Date e.Government/Agency point of contact and current telephone number. f.Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. g.Indicate whether the project is Design Build as required above. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 20 pages. This package shall be sent by email, no larger than 6 MB, to the following email addresses: Barbara.Czinder@navy.mil. OR via mail to Naval Facilities Engineering Command, Southeast Attn: Barbara Czinder, IPT-Gulf Coast P.O. Box 30 Jacksonville, FL 32212-0030 Or Naval Facilities Engineering Command, Southeast Attn: Barbara Czinder, IPT-Gulf Coast Bldg. 903, Yorktown Jacksonville, FL 32212-0030 Submissions must be received at the email addresses cited or via mail no later than 3:00 PM Eastern Time on 31 July 2017. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to email addresses above or by phone to Barbara Czinder at (904) 542-6834.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb398d15f5b91fb079ed2a819fd23b86)
- Record
- SN04579391-W 20170715/170714000310-eb398d15f5b91fb079ed2a819fd23b86 (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 |