Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

Z -- Indefinite Delivery/Indefinite Quantity Building Envelope Repairs, NAVSTA Great Lakes - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD Great Lakes FEAD 310 Seabee Way Great Lakes, IL
 
Solicitation Number
N4008518R3019
 
Response Due
4/30/2018
 
Archive Date
6/30/2018
 
Point of Contact
Ken Seymour, Kenneth.d.seymour@navy.mil
 
E-Mail Address
Ken Seymour
(kenneth.d.seymour@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes in order to determine an applicable set-aside requirement for small businesses. The Naval Facilities Engineering Command, Mid-Atlantic, PWD Great Lakes, is seeking to identify potential Small Business, 8(a), HUBZone, Service Disabled Veteran Owned, or Women-Owned Small Business firms capable of providing envelop repairs for various buildings onboard Naval Station Great Lakes (Great Lakes, IL) and the James A. Lovell Federal Health Care Center (FHCC) (North Chicago, IL). The resulting contract will be an Indefinite Delivery, Indefinite Quantity Single Award Construction Contract. Successful awardee will be a Design/Build contractor, capable of providing all design, labor, equipment and materials necessary to complete work required for a variety of projects for envelope repairs, including, but not limited to, masonry tuck-pointing, replacing brickwork, replacing gutters and downspouts, repairing/installing flashing, repairing/replacing terra cotta copings and ornament, repairing/replacing window and door lintels and sills, repairing foundation cracking, repairing roof perimeter flashing, window or door replacement, or similar non-brick unit-masonry repair/replacement The work will include projects requiring design, alteration and maintenance repair of building exteriors for Naval Station Great Lakes and the James A. Lovell Federal Health Care Center. The contract term will be a base period of one year plus four option years. The estimated annual amount of this contract is $5 million, with a combined total not to exceed $25 million over a 5-year period. Projects shall be awarded as individual task orders. The value of each task order is estimated to be $100,000 to $750,000. The contract vehicle may have occasional projects ranging from $1 million to $2 million. Projects shall be in conformance with all applicable referenced criteria per the construction standards, laws and regulations, including applicable building, fire life safety codes, and environmental regulations as outlined at: http://www.wbdg.org/ccb/browse_cat.php?o=29 and c=4 Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees for each task order awarded (FAR 52.219.14 Limitations on Subcontracting). Interested contractors must have a bonding capability of $5 million to $10 million per year. If issued, the solicitation will utilize source selection procedures which will require offerors to submit proposals for evaluation by the Government, addressing such factors as technical approach/solution, experience, past performance, safety, energy and sustainable design, and price. NAVFAC would use a two-phase solicitation method. NAVFAC would select the five most qualified offerors to propose on the seed project, which has an estimated value of $4 million inclusive of options. Phase Two proposors would provide unit pricing on an Exhibit Line Item Number (ELIN) sheet, which would be effective for the base period and used for pricing on subsequent projects. The proposals would also include ELIN sheets for each of the one year option periods. Submitted Sources Sought Questionnaires must be complete and sufficiently detailed to enable the Government to determine the firm ™s qualifications to perform the defined work. Interested parties are requested to submit the attached Sources Sought Questionnaire to NAVFAC Mid-Atlantic, Attention: Ken Seymour, Contracting Specialist, 310 Seabee Way, Building 1H, Great Lakes, Illinois 60088; or via email to kenneth.d.seymour@navy.mil. Receipt of potential offeror ™s sources sought package shall be received no later than Monday, 23 April 2018 at 11:00 A.M. Central Daylight Savings Time. This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. The Government will not pay for any effort expended in responding to this notice. Estimated award date for this potential contract is October 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008518R3019/listing.html)
 
Document(s)
Attachment
 
File Name: N4008518R3019_Sources_Sought_Questionairre.docx (https://www.neco.navy.mil/synopsis_file/N4008518R3019_Sources_Sought_Questionairre.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008518R3019_Sources_Sought_Questionairre.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04854960-W 20180316/180314231855-950dfac1aaafef004584f5fb6d84d8dd (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.