Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
DOCUMENT

Z -- IDIQ CONTRACT UNDER NAICS 238220 FOR ALTERATIONS, REPAIRS, RENOVATIONS AND NEW CONSTRUCTION OF HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) PROJECTS AT - Attachment

Notice Date
3/8/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, SAN DIEGO FEAD/CODE ROPMD Naval Base San Diego 2730 McKean Avenue/Building 121 San Diego, CA
 
Solicitation Number
N6247318RHVAC
 
Response Due
3/28/2018
 
Archive Date
4/12/2018
 
Point of Contact
BRAD CRAWFORD, 619-556-6517
 
E-Mail Address
Contract Specialist
(bradley.crawford@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N62473-18-R-HVAC SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT UNDER NAICS 238220 FOR ALTERATIONS, REPAIRS, RENOVATIONS AND NEW CONSTRUCTION OF HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED WITHIN THE NAVAL BASE SAN DIEGO (NBSD) AREA OF RESPONSIBILITY (AOR), SAN DIEGO, CALIFORNIA 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 Governments 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 $15.0 million. Task orders issued under the proposed IDIQ contract will be performed at various federal sites within the NBSD AOR including, but not limited to, NBSD, Naval Medical Center San Diego (NMC SD), and Murphy Canyon Family Housing, San Diego, California. Any proposed contract will have a maximum performance period of three (3) years. The estimated total contract price for the base year and all option years for all contracts combined is $9,000,000. Task order range is estimated between $2,000 and $700,000. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, renovations, and new construction of HVAC systems and associated commissioning and testing and balancing. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Forms. Provide the following: 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, and/or SDVOSB concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/. 3) Bonding Capacity: Provide your surety 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) Experience: Using the form provided, submit a maximum five (5) government or commercial projects that demonstrate your firm s experience self-performing alterations, repairs, renovations or new construction of HVAC projects including commissioning and testing and balancing, as indicated in this announcement, with the $2,000 to $700,000 task order range. All submitted projects shall be 100% complete within the prior 5-year period (based on the submission due date). At least one project should have a construction cost value between $150,000 and $700,000. Projects performed by subcontractors will not be considered. 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. 6) Safety: Use the Safety Data Sheet to submit Experience Modification Rates (EMRs), OSHA Days Away from Work, Restricted Duty, or Transfer (DART) Rate, and Total Recordable Case (TRC) Rate for each of calendar years 2015, 2016, and 2017. For any EMR above 1.0, DART rate above 3.0, or any TRC above 4.5 provide an explanation to address the reasons for the rate and extenuating circumstances that affected the rate. Instructions for calculating the DART rate can be found at http://www.bls.gov/iif/osheval.htm. If you have no EMR, explain why. Responses to this Sources Sought announcement are due no later than 2:00 p.m. local San Diego, California time on March 28, 2018. Please address your response to NAVFAC Southwest, FEAD San Diego, Attn: Brad Crawford ROPMD.BC, 2730 McKean Street, Building 121, NBSD, San Diego, CA 92136. You may also email your response to bradley.crawford@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 begin with N62473.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711V/N6247318RHVAC/listing.html)
 
Document(s)
Attachment
 
File Name: N6247318RHVAC_N6247318RHVAC_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247318RHVAC_N6247318RHVAC_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247318RHVAC_N6247318RHVAC_Sources_Sought_Information_Form.docx

 
File Name: N6247318RHVAC_N6247318RHVAC_Exhibit_-_Safety_Data_Sheet.docx (https://www.neco.navy.mil/synopsis_file/N6247318RHVAC_N6247318RHVAC_Exhibit_-_Safety_Data_Sheet.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247318RHVAC_N6247318RHVAC_Exhibit_-_Safety_Data_Sheet.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVAL BASE SAN DIEGO, SAN DIEGO, CA
Zip Code: 92136
 
Record
SN04848048-W 20180310/180308231614-3ee030c646f89fb55d20e913df2a20a5 (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.