Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOURCES SOUGHT

Y -- Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Utility Mechanical Construction Services in the Hampton Roads, Virginia area of responsibility.

Notice Date
5/6/2020 10:03:51 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0100
 
Response Due
5/15/2020 11:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Stephen Astwood, Phone: (757)341-0692
 
E-Mail Address
stephen.d.astwood@navy.mil
(stephen.d.astwood@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE 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 and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Utility Mechanical Construction Services in the Hampton Roads, Virginia area of responsibility. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic and NAVFAC Atlantic if deemed necessary and approved by the NAVFAC mid-Atlantic Chief of the Contracting Office This contract(s) will require the ability to manage multiple task orders concurrently across the Hampton Roads AOR. The work includes, but is not limited to, a diverse range of utility construction services including demolition, repair, replacement, modification, and new installation of various systems to include but not limited to steam, natural gas, storm water, sanitary sewer, domestic water, saltwater, oily waste/waste oil, steam, hot or chilled water supply, compressed air, fuel oil, and with incidental work such as general construction and specialty trades; and removal of asbestos or lead contaminated materials. Work to take place but not limited to various outside of facilities and buildings, inside of facilities and buildings where connected to the building systems, under facilities and buildings, underground, above ground, above piers, on piers, under piers, inside double deck piers, in trenches, in tunnels. It is anticipated that no more than five (5) contracts will be awarded as a result of this potential solicitation.� The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods.� The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $95,000,000.00 for the life of the contract.� Projects awarded on this MACC will have an estimated construction cost of approximately $250,000.00 to $5,000,000.00; however, smaller and larger dollar value projects may be considered. 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 for this procurement is 237110 Water and Sewer Line Related Structures Construction with a size standard of $39.5M. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting, which limits the amount of work performed by subcontractors.� Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees.� If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. The Sources Sought Project Information Form shall be used to document a minimum of three (3) and a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC.� A relevant project is further defined as: Size: A final construction cost of $250,000 or greater.� At least one (1) project must have a final construction cost of $2,500,000 or greater. Scope: Utility systems work to include: Repair of Utility systems Replacement of Utility Systems New Installation of Utility Systems Complexity: Utility experience to include work in the following areas: Underground and Aboveground Utility Piping Systems (steam, natural gas, storm water, sanitary sewer, domestic water, saltwater, oily waste/waste oil, steam, hot or chilled water supply, compressed air, fuel oil) Building, scaffolding, rigging, pavement and excavation work (piping supports, utility trenches, manholes and tunnels, wet wells, pump stations) Experience as the prime contractor on submitted projects.� Subcontractor experience will not be considered. Additionally, submitted the following: A list of current employees able to serve as a Project Superintendent, Quality Control Manager and/or Sight Safety and Health Officer (SSHO) A capability statement that demonstrates the company owns and employs the appropriate labor and equipment to execute a robust project workload Ensure that the project description clearly identifies the final construction cost and addresses how the project meets the scope/complexity. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award.� Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest.� Large Business submittals will not be considered.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.� The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract.� The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable.� All information submitted will be held in a confidential manner and will only be used for the purpose intended.� Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 15 MAY 2020 at 2:00 PM (EDT).� LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The package shall be sent via electronic mail to Stephen Astwood at stephen.d.astwood@navy.mil.� Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/770cbf1174444078877269184445e109/view)
 
Record
SN05649217-F 20200508/200506230210 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.