Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOURCES SOUGHT

Y -- P642 Navy Operational Center (NOSC), United States Army,Fort Gordon, Georgia

Notice Date
2/6/2018
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial 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
N694505266111
 
Response Due
3/9/2018
 
Archive Date
3/9/2019
 
Point of Contact
Deborah Torrence, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. 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. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and other Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The scope of the proposed project includes construction of P642 Navy Operational Center (NOSC) at Fort Gordon, Georgia: One-story (32,253 s.f.), Navy Operational Center (NOSC), which shall serve as the Navy Reserve headquarters, training, operations, medical service center and gathering location. The building envelope construction shall consist primarily of concrete masonry unit bearing walls with brick veneer. The Drill Hall and Drill Hall Support Storage shall be constructed of insulated, concrete tilt-up panels. The roof shall be standing seam metal supported by structural metal roof deck and light gauge metal trusses, predominantly. The roofing at the Drill Hall Support Storage and Urinalysis Rooms shall be supported by steel bar joists in lieu of light gauge metal trusses. Construction will require adherence to environmental regulations and permit requirements. The estimated cost of construction for this project is more than $10,000,000. The North American Industry Classification System (NAICS) Code is 236210 Industrial Building Construction with a Small Business Size Standard of $36.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone, WOSB or SDVOSB contractors: first priority; issue a solicitation as a small business set-aside: second priority; or whether to issue an unrestricted solicitation with full and open competition: third priority. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. The information which must be contained in your response is as follows: 1) Name and address of company. 2) Point of contact with phone number and email address. 3) Business size and socio-economic program (HUBZone, 8(a), WOSB, SDVOSB, etc). 4) Bonding capacity per individual project and overall bonding capacity. 5) Evidence of registration in SAM and provide CAGE Code and DUNs Number In addition to the general information above, interested offerors must provide the following specific information: Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below: 6) Projects completed as a prime contractor that demonstrates self-performance and experience with new building construction within the past seven (7) years. 7) Three (3) projects of similar size, scope and complexity in the last (7) years. 8) Minimum of one (1) Navy/Marine Corp project. 9) Projects values must be $10M or greater. Respondents shall provide a list of projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of the specific capabilities listed above. Respondents shall provide evidence of sufficient available bonding capacity. Evidence shall include the name, telephone number and point of contact of respective bonding company; your maximum bonding capacity per project; and your maximum aggregate bonding. Respondents are to identify your firm ™s size and socio-economic status for NAICS Code 236210 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, WOSB, SDVOSB, or small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement no later than 09 March 2018, 1:00 pm EDT via email to deborah.torrence@navy.mil. The subject line of the email shall read: P642 Navy Operational Center (NOSC) at Fort Gordon, Georgia. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36f3dd5f0d5b5446399aebede253d211)
 
Place of Performance
Address: United States Army, Fort Gordon, Georgia
Zip Code: 30905
 
Record
SN04811703-W 20180208/180206231256-36f3dd5f0d5b5446399aebede253d211 (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.