Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2019 FBO #6390
SOURCES SOUGHT

Z -- Magazine and inert building maintenance and repair at the Naval Support Activity, Crane, Indiana.

Notice Date
5/21/2019
 
Notice Type
Synopsis
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
47522
 
Solicitation Number
N4008519R7704
 
Response Due
6/4/2019
 
Archive Date
7/4/2019
 
Point of Contact
Cassandra Hines Cassandra.hines@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008519R7704; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-delivery/indefinite-quantity (IDIQ) type contract for magazine and inert building maintenance and repair at the Naval Support Activity, Crane, Indiana. The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform all work requirements to provide magazine and inert building maintenance and repair. Work includes but is not limited to the following: installation or removal and replacement of entire or portions of concrete docks, replacement of entire or portions of concrete wing walls, replacement of steel doors, removal of lead paint, replacement of dead lights, repair or replacement of domes, grounding, seeding, mulching, removal and installation of bumper blocks, excavation, backfilling, and incidental related work. New magazine and inert building construction is not included. The term of the contract would be for a base period of 12 months with four 12-month option periods to be exercised at the discretion of the government. The term of the contract shall not exceed 60 months and will have a guaranteed minimum of $5,000.00 with a contract maximum of $35,000,000.00. Applicable NAICS Code for this solicitation is 237990 Other Heavy and Civil engineering Construction. The Small Business Size Standard is $36,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines if the solicitation is set-aside for any type of small business, the prime contractor must not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded. Under Federal Acquisition Regulations (FAR) guidelines if the solicitation is not set-aside for any type of small business, the prime contractor will be required to provide and comply with a small business-subcontracting plan that meets the goals specified in the solicitation. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Woman Owned Small Businesses (WOSB); Historically Underutilized Business Zone (HUBZone) concerns; or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, WOSB, HUB Zone concerns, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, WOSB, HUBZone concern, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, WOSB, HUBZone concerns, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor or HUBZone concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, if any, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc., and (f) demonstrate the capability to bond up to $4,000,000.00 in a 12-month period by providing a letter from your bonding company that describes the your bonding capacity. Anticipate the solicitation will be released on or about 30 Jun 2019 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to Annette.taylor1@navy.mil. Responses may be submitted under Solicitation Number N4008519R17704 via e-mail to: annette.taylor1@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on Tuesday 04 June 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-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/6b9f288f7265b14c1b17ed958c1063f8)
 
Place of Performance
Address: 300 HIGHWAY 361, CRANE, IN
Zip Code: 47522
Country: US
 
Record
SN05318090-F 20190523/190521230023 (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.