SOURCES SOUGHT
Y -- Communication Facility Maintenance - Antenna Towers - NAVFAC EXWC (N39430)
- Notice Date
- 1/4/2022 6:09:24 PM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
- ZIP Code
- 93043-4301
- Solicitation Number
- ACQR_5901919
- Response Due
- 1/7/2022 12:00:00 PM
- Point of Contact
- Stephen Todd, Theresa Lee
- E-Mail Address
-
stephen.p.todd.civ@us.navy.mil, theresa.lee1@navy.mil
(stephen.p.todd.civ@us.navy.mil, theresa.lee1@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. �THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. �The Naval Facilities Engineering Command and Expeditionary Warfare Center (NAVFAC/EXWC) is conducting market research and seeking sources for an Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) Multiple Award Construction Contract (MACC) for construction and engineering related services for multiple naval communications facilities at various locations worldwide. �The North American Industry Classification System (NAICS) code for this procurement is 237130 with a small business size standard of $39.5 million. The Navy operates and maintains multiple radio communication systems and stations at various locations worldwide. �Each of these stations and facilities have unique requirements for repair, maintenance and upgrading, as components wear out, as improved designs for components become available, and as mission requirements change. �The scope of work includes the following: maintaining, repairing, replacing, alteration, modifying and/or upgrading communication facilities, antenna towers, elevated water tanks, buildings and other structures, and all mechanical, electrical and utility functions associated with each facility.� The scope of work also includes providing project development, concept development, design, engineering analysis, inspection, preparation of plans, writing of specifications, estimation of construction costs, fabrication, building repair and construction, supportive civil work and repair or installation of related building systems, quality control, building systems troubleshooting, overhauling existing equipment, procuring new components, and equipment installation and testing. Award is planned to approximately three to five firms. �There will be an ordering period of 60 months plus one-6 month option ordering period for a maximum contract ordering period of 66 months. �The cumulative not to exceed amount of this procurement is $99,000,000. �Individual Task Orders can range between $25,000 and $7,000,000. � Interested firms should submit a �capabilities statement� demonstrating ability to perform the requested services (no more than 10 pages in length, single spaced, 12-point font minimum).� This documentation should address, as a minimum, the following: (1) Relevant Experience in performing efforts of similar scope and complexity within the last five years, and (2) Company Profile to include number of employees, office locations(s), DUNS number, CAGE Code, and statement regarding small business designation and status. Incumbent firms need not submit a capabilities statement package. (3) Please submit your capabilities statement via email to stephen.p.todd.civ@us.navy.mil. Note: Incumbent firms do not need to submit a capabilities statement. Attachments are provided as examples only:����������� Part 2 - Project-Specific General Requirements Part 4 - Performance Technical Specifications
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/90138a259c43405f9eebfa85b16d1665/view)
- Record
- SN06209257-F 20220106/220104230112 (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 |