Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
DOCUMENT

Z -- SOURCES SOUGHT FOR IDIQ MACC FOR FIRE PROTECTION SYSTEM PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM - Attachment

Notice Date
1/31/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RAQ20 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247318RFIRE
 
Response Due
2/15/2018
 
Archive Date
3/1/2018
 
Point of Contact
Chad Slade
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
N62473-18-R-FIRE SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR FIRE PROTECTION SYSTEM PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women Owned Small Businesses, and/or Service Disabled Veteran Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Economically Disadvantaged Women Owned Small Business, and/or Service Disabled Veteran Owned Small Business sources with current and relevant experience, personnel, and capability to perform a multiple award construction contract for demolition projects. The North American Industry Classification System (NAICS) Code is 238220: Plumbing, Heating, and Air-Conditioning Contractors with a Small Business Size Standard of $15 million. Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the area of responsibility (AOR) of NAVFAC Southwest including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The proposed contract(s) will be for one (1) base period of two (2) years and one (1) option period of three (3) years for a maximum of five (5) years or an aggregate value of 240,000,000. Task order range is estimated between 50,000 and 7,000,000. Projects will be primarily design-build or secondarily design-bid-build for new construction, repair and renovation and will involve either fire protection systems or fire alarm and detection systems. Types of fire protection system projects may include, but not limited to, the new installation, addition or repair of: fire sprinkler systems (wet-pipe, dry-pipe, pre-action, high speed deluge and ultra-high speed deluge); fire protection system water supply storage and distribution systems (fire pumps, tanks, fire hydrants, standpipes, and underground water mains); low and high expansion aqueous firefighting foam (AFFF) systems; and water spray and water mist systems. Types of fire alarm and detection system projects may include, but need not be limited to, the following systems: building evacuation systems, mass notification systems, fire detection systems, fire reporting systems and building emergency controls and interfaces. Associated components and systems that may also be included in the fire protection system construction projects for this contract may include: incidental special hazard systems such as gaseous systems (carbon dioxide and clean agents), kitchen fire suppressions systems and dry chemical systems. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled œSources Sought Information Form. The following information shall be provided: 1) Contractor Information: Provide your firms contact information, including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service Disabled Veteran Owned, and/or Economically Disadvantaged Women Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your suretys name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify the locations in which you are willing and capable to work. 5) Submit a maximum of five (5) recent specific government or commercial contracts/projects to demonstrate your firm ™s experience in self-performing new construction, repair, or renovation of fire protection system projects as indicated in this announcement. Recent is defined as having been 100 percent completed within the five years prior to the Sources Sought Synopsis issuance date. All projects shall have a minimum construction cost of 50,000. If your firm performed the work as a subcontractor, your subcontract shall have a minimum construction cost of $50,000. Projects which do not meet these requirements may not be considered relevant. Additional submission requirements: --Submit at least one project demonstrating experience in self-performing either a fire protection system or a fire alarm and detection system project with a construction cost of $2,000,000 or above. This refers to the total contract cost if the work was performed by the Offeror as prime contractor, or the subcontract cost if the work was performed by the Offeror as a subcontractor for the fire protection portion of the work only. - Submit at least one project demonstrating self performance experience of a fire protection system construction project (see examples of types above.) - Submit at least one project demonstrating self performance experience of a fire alarm and detection system construction project (see examples of types above.) --Submit at least one project that demonstrates experience in self-performing a design build project. Note: A single project may satisfy more than one of the above minimum requirements. For each of the projects submitted for experience evaluation, provide the following: title and location award and completion dates contract or subcontract value type of work for overall project current customer information including point of contact, phone number, and email address whether the work was performed as a prime or subcontractor type of contract (Design Build or Design Bid Build “ see Sources Sought Information Form) narrative project description description of the work that was self performed by your firm, including the percentage of contract value your firm self performed. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Time) on February 15, 2018. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Chad Slade - RAQ20.CS, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to chad.a.slade@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil/ and on the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about begin with œN62473.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247318RFIRE/listing.html)
 
Document(s)
Attachment
 
File Name: N6247318RFIRE_N62473-18-R-FIRE_MACC_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247318RFIRE_N62473-18-R-FIRE_MACC_Sources_Sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247318RFIRE_N62473-18-R-FIRE_MACC_Sources_Sought.pdf

 
File Name: N6247318RFIRE_N62473-18-R-FIRE_MACC_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247318RFIRE_N62473-18-R-FIRE_MACC_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247318RFIRE_N62473-18-R-FIRE_MACC_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
SN04805912-W 20180202/180131231552-cbe2edcb8a55149d7c2ed4de962b907e (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.