Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2019 FBO #6343
SOURCES SOUGHT

Z -- FEAD MCRD-PI MECHANICAL/ELECTRICAL/PLUMBING (MEP) JOB ORDER CONSTRUCTION CONTRACT (JOC)

Notice Date
4/4/2019
 
Notice Type
Synopsis
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, FEAD MCRD PARRIS ISLAND Bldg. 852 Atsugi Street Beaufort, SC
 
ZIP Code
29905
 
Solicitation Number
N4008519R6009
 
Response Due
4/18/2019
 
Archive Date
5/3/2019
 
Point of Contact
DALE C. RIECK III, dale.c.rieck3@navy.mil; (843) 228-3982
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only. This is not a solicitation 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. There is no bid package or solicitation. All responses will be provided in writing via e-mail. No presentations will be scheduled. Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (MIDLANT), Facilities Engineering and Acquisition Division (FEAD) Marine Corps Recruit Depot “ Parris Island (MCRD-PI), Parris Island, South Carolina is seeking responses from interested firms that qualify as a U.S. Small Business Administration (SBA) certified 8(a) small business concerns interested and having current relevant qualifications, experience, personnel, and capability to perform various Mechanical, Electrical and Plumbing (MEP) construction and maintenance task order work. The work will be performed primarily in the NAVFAC Midlant FEAD MCRD-PI Area of Responsibility (AOR) which includes the following locations: Naval Hospital Beaufort (NHB), Beaufort, SC and Marine Corps Recruit Depot “ Parris Island, SC. All potential offerors are reminded that they must be registered in the System for Award Management (SAM) database. It is anticipated that most of the work will occur at MCRD-PI, Parris Island, SC and/or NHB, Beaufort, SC facilities. However, work may be required to be performed within the NAVFAC Midlant AOR, which consists all of Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Pennsylvania, Virginia, West Virginia, North Carolina, South Carolina and Georgia with appropriate approval by the Contracting Officer. The Government contemplates a single award Indefinite Delivery, Indefinite Quantity contract to provide a Design/Bid/Build and Design/Build Job Order Construction (JOC) Contract for issuance of task orders for mechanical, electrical and plumbing work to include, but not limited to new construction, repair, alteration, renovation, and maintenance services installing and servicing plumbing, heating, air-conditioning and ventilation and electrical equipment located within the NAVFAC Midlant FEAD MCRD-PI AOR. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary 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, and the secondary NAICS Code is 238210 - Electrical Contractors and Wiring Installation Contractors - Size Standard $15.0M. It is anticipated that the contract performance period will be a five (5) year basic period. The maximum ordering capacity is not to exceed $4 million over the life of the contract, or five years, whichever comes first. MEP JOC Task orders will be issued as firm-fixed-price with a minimum value of $2,000 each and a maximum of $250,000 each; however, the Government may elect to issue task orders of a higher dollar value. It is anticipated that the firm awarded a contract will have to have a minimum bonding capacity of $150,000 per project and $4 million aggregate. Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306 are as follows: Workers Compensation and Employer ™s Liability ($100,000); General Liability ($500,000 per occurrence/$50,000 per occurrence for property damage); Automobile Liability ($200,000 per person/$500,000 per occurrence for bodily injury/$20,000 per occurrence for property damage). Interested 8a small businesses are invited to respond to this sources sought by completing and returning the response form provided with the announcement published on Federal Business Opportunities. Each responding 8a small business is requested to provide one to three example projects which best demonstrate the companys experience relative to the types of work covered by this requirement in order for NAVFAC Midlant FEAD MCRD-PI to determine which 8a small business firm has the sufficient number of qualified small businesses to set the solicitation aside for small business. Example projects should be representative of NAICS 238220 and NAICS 238210, the description above, and be similar in size, scope, and complexity to this requirement (e.g. projects involving mechanical/HVAC, duct work, fire sprinkler system installation, refrigeration systems, electrical wiring, electrical panels and associated electrical work, etc.). Example projects completed within the past five (5) years are considered more relevant than projects completed more than five (5) years ago. Example projects with federal, state, or local Government, and/or commercial customers will be accepted. Submission of more than three example projects is not requested. When completing the response form, please take the time to complete the form sufficiently that NAVFAC Midlant FEAD MCRD-PI can determine there are a sufficient number of qualified small businesses available to set aside the solicitation. Within the Narrative Description section of the response form, describe the projects sufficiently to demonstrate your firms experience with the types of work described in the work description above. Respondents will NOT be notified individually of the results of the sources sought. Please respond to this announcement by 2:00 p.m. Eastern Daylight Time, Thursday, April 18, 2019 by submitting an e-mail with an attached electronic copy of your response to christopher.grubbe@navy.mil and dale.c.rieck3@navy.mil. Please name the subject line of your e-mail as (Insert Company Name) - JOC Sources Sought Response “ N40085FY19JOC/MEP. Emails shall be no more than 5 MB in size. If more than 5 megabytes are needed, more than one email may be sent. Please name your attached electronic file response as (Insert Company Name) - Mechanical JOC Sources Sought Response - N40085FY19JOC/MEP.pdf (or.docx or.doc as appropriate). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/6f709b91310e873189acd49187ed3392)
 
Place of Performance
Address: Marine Corps Recruit Depot (MCRD) FEAD AOR , Parris Island, SC
Zip Code: 29905
Country: US
 
Record
SN05271248-F 20190406/190404230027 (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.