Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE FOR DESIGN-BUILD INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FIRM FIXED PRICE MULTIPLE AWARD CONSTRUCTION CONTRACT, NAVAL SUPPORT ACTIVITY (NSA) MIDSOUTH, MILLINGTON, TN

Notice Date
9/13/2018
 
Notice Type
Sources Sought
 
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
N6945018MDSTH
 
Response Due
10/4/2018
 
Archive Date
3/7/2019
 
Point of Contact
Yaritza Acton
 
E-Mail Address
<!--
 
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. There are no plans or specifications available for this notice. NAVFAC SE is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, security approvals, equipment, capability and bonding capacity to perform. Work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including but not limited to: aviation and aircraft facilities, marine facilities, industrial, aircraft hangar, aircraft traffic control, administrative, training, dormitory, waterfront and community support facilities for Department of Defense (DoD) activities in the NSA Millington, TN (Millington/Memphis) area of responsibility managed by NAVFAC SE. Projects will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. Projects can be based on design-build, modified design-build or full plans and specifications format and may also require comprehensive interior design and incorporation of sustainable features. Contract(s) will be for one (1) five-year ordering period. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $45M over the base year and four option periods combined. A per contract maximum will not be identified. Task orders will be firm-fixed-price with a minimum value of $150,000 and a maximum value of $6M, however, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest and approved by the Contracting Officer. 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). Under the FAR 52.219-14 “ Limitations of Subcontracting, guidelines, the prime contractor must have the capability to perform at least 15 percent of the cost of the contract work with its own employees. NAICS Code: 236220 - Commercial and Institutional Building Construction, with a Small Business Size Standard of $36.5 million (M). 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), 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, and your aggregate bonding capacity. 5. Experience Submission Requirements: Submit a minimum of two (2) Design Build projects that demonstrate experience in performing efforts of a similar size, scope and complexity to the project description above (construction, renovation, alteration, demolitions and repair work including the necessary design); and completed within the last seven (7) years with an approximate completed value of $500,000 or greater. Submissions shall contain the following items (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. Identify whether your firm used in-house design capacity or used an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). 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 10 pages. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. 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. Please respond to this announcement by 4 October 2018, NLT 2:00 pm eastern time by submitting your capabilities statement via email to yaritza.acton@navy.mil. The subject line of the email shall read: NSA MIDSOUTH MACC. Emails shall be no more than 10MB in size. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the individual participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec2472d8d5513b6c13e7b4859e7cef03)
 
Record
SN05088326-W 20180915/180913231500-ec2472d8d5513b6c13e7b4859e7cef03 (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  © 1994-2020, Loren Data Corp.