Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2020 SAM #6905
SOURCES SOUGHT

Y -- Minor Construction

Notice Date
10/23/2020 8:58:10 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
NOO16721R0003
 
Response Due
11/16/2020 11:00:00 AM
 
Archive Date
12/01/2020
 
Point of Contact
RONALD SMILEY, Phone: 7574100110
 
E-Mail Address
ronald.smiley3@navy.mil
(ronald.smiley3@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Surface Warfare Center-Carderock Division is seeking eligible Small Disadvantaged Businesses that are a certified 8(a), HUB Zone Small Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing minor construction. The intent is to award a Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract with a total capacity of $4,000,000.� The contract duration is estimated at four (4) year base period. The contract shall provide for award of individual firm fixed price task orders with an estimated cost range is between $2,000.00 and $4,000,000.� To the accomplishment of construction projects that will primarily consist of general building type projects (various maintenance, repair, alteration, renovation, minor construction projects and site restoration of operations) at the following locations: Naval Surface Warfare Center-Carderock Division� 9500 MacArthur Blvd, West Bethesda, Maryland�� � Naval Surface Warfare Center-Carderock Division Olney Support Facility 5321 Riggs Road, Gaithersburg, MD 20882 � This contract will utilize the R.S. Means Construction Cost Data for pricing of the work by the contractor and the Government. � The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction, and the Small Business Size standard is $39,500,000.� In accordance with FARS 36.204, the magnitude of construction for this project is between $1,000,000 and $5,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.�� This office anticipates award of a contract for these services by March 2021. � It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, provided as attachment A to this notice and a capability statement demonstrating their ability to perform the work as described above and complete.� Responses are requested with the following information, which shall not exceed a total of five (5) pages. � (1) Offerors name, address, point of contact, phone number, and email address. (2) Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations. � (3) Past performance/experience must document a minimum of minimum of one (1) and up to a maximum of three (3) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. Project examples must range from $1,000,000 to $4,000,000. � One (1) of the three (3) projects must also have occurred on a military installation. The past performance information should include: � 1. Project title 2. Location 3. General description of the construction to demonstrate relevance to the proposed project 4. Offeror's role 5. Dollar value of contract 6. Performance timeliness 7. Name of the company, agency, or government entity for which the work was performed with contact information (reference name, phone number, and email address). 8. Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) should range from $500,000.00 to $4,000,000.00 single and $6,000,000.00 aggregate. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. All interested firms must be registered in SAM to be eligible for award of Government contracts. 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 a solicitation.� 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 16 NOVEMBER 2020 at 2:00PM (EST). �LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Ronald Smiley at Ronald.smiley@navy.mil.� Attachments are limited to a total of 5MB. Submittals will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/85f54617e90d46a19f0eae0e3c520fdd/view)
 
Place of Performance
Address: Bethesda, MD 20817, USA
Zip Code: 20817
Country: USA
 
Record
SN05837304-F 20201025/201023230149 (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.