SOURCES SOUGHT
99 -- SOURCES SOUGHT FOR A DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) GENERAL CONSTRUCTION SERVICES CONTRACT AT NSA CRANE, INDIANA AREA OF RESPONSIBILITY
- Notice Date
- 6/16/2022 12:07:26 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2729
- Response Due
- 6/30/2022 11:00:00 AM
- Point of Contact
- Whitney Weireter, Holly Snow
- E-Mail Address
-
whitney.m.weireter.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil
(whitney.m.weireter.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil)
- Description
- SOURCES SOUGHT FOR A DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) GENERAL CONSTRUCTION SERVICES CONTRACT AT NSA CRANE, INDIANA�AREA OF RESPONSIBILITY 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. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government�s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No drawings or specifications will be made available at this time. Respondents will not be notified of the results of this market research. The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses, with current relevant qualifications, experience, personnel, and capability to perform proposed contract: DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) GENERAL CONSTRUCTION SERVICES CONTRACT AT NSA CRANE, INDIANA AREA OF RESPONSIBILITY. The total contract term is anticipated to be five years; a base year with four option years. General Work Requirements: This is Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Construction Contract (MACC) for facilities primarily at Naval Support Activity (NSA) Crane IN and Naval Operational Support Centers (NOSCs) within the Area of Responsibility (AOR) of a 450-mile radius of NSA Crane Indiana. The contracts are known as ID/IQ contracts because the scope and the number of projects and tasks are unknown at the time of contact execution. This Sources Sought Request is the means for prospective construction contractors with experience in performing construction services related to electrical contracting work to submit their qualifications to the Government for the services described in this document. This contract(s) will require the ability to manage multiple service task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. It is anticipated up to six (6) contracts will be awarded as a result of this potential solicitation unless more or less than six (6) is determined to be the best value to the government by the Source Selection Authority. 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 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $500,000 to $7,500,000; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $5,000,000 and an aggregate bonding capacity of $50,000,000. Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at the following web address: http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc The anticipated award of this contract is March 2023. The appropriate NAICS code for this procurement is 236220; Annual Size Standard:�$39.5M Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form, Project Information Form, and Project Matrix. The following information shall be provided: Contractor Information: Provide your firm�s contact information including Unique Entity Identifier number and CAGE Code. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement in your proposal to be considered as small for this procurement.�For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/.�Responses must include identification and verification of the firm�s small business status. Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity.�The aggregate bonding capacity must be no less than $50M to be deemed acceptable for this notice.� �� Experience: Submit five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity.�Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm.�A specific project is a single project or a single task order under an indefinite quantity contract.�Recent is defined as having been 100% completed within the five (5) years prior to the submission due date.�A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Ensure that the project description clearly identifies whether or not the project is new construction, renovation, or repair, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. A relevant project is further defined as: Size: A final construction cost of at least $500,000 for a construction project. At least (1) one project must have a final construction cost of at least $7,500,000. Scope/Complexity: Offerors shall demonstrate experience with each of the following: New construction of a facility; Repair/Renovation to include interior/exterior and multiple building systems; Contracting construction activities for new construction, and/or modification, and/or repair of individual or multiple buildings; Complete troubleshooting and repairing existing utility systems from the utility entrance to the source of the problem. Experience: Additionally, submitted relevant projects shall demonstrate the following characteristics: Offerors shall have acted as the Prime Contractor on submitted projects; Experience with design-build (at least one project) and design-bid- build (at least one project); Limited design and/or preparation of construction documents for the purpose of obtaining permits; General and specialized construction activities with Department of Defense, US Navy, or other US Federal Government Department; Unanticipated requests needing immediate attention.� Emergency work includes, but not limited to the following: Knocked down light pole heads, poles, damaged electrical meter cabinets, damaged conductors, sensing elements, circuit breaker malfunctions, pedestrian signal heads, complete electrical failure, electrical fire exposed electrical conductors, and other operational equipment related issues. Note 1: Offeror�s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract Note 2: Projects submitted that only include horizontal or civil site work will not be considered relevant. Handling Concurrent Task Orders:�Describe the Contractor�s ability to provide services and handle multiple simultaneous projects in NSA Crane, Indiana area locations, including the maximum number of task orders under Indefinite Delivery Indefinite Quantity (IDIQ) contract where the Contractor is prime contractor.�Specify if these task orders were under a single contract or multiple contracts. Note:�Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. 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. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.�Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Tuesday, June 30 2022 by 2:00 PM local time.�The submission package shall ONLY be submitted electronically to Whitney Weireter at whitney.m.weireter.civ@us.navy.mil @navy.mil and MUST be limited to a 4Mb attachment.�You are encouraged to request a ""read receipt."" Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to Whitney Weireter at whitney.m.weireter.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5de2f67da73d4937ad1cb9074d24a826/view)
- Place of Performance
- Address: Crane, IN, USA
- Country: USA
- Country: USA
- Record
- SN06361724-F 20220618/220616230123 (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 |