SOURCES SOUGHT
Z -- DESIGN BUILD REPLACE ELEVATORS BUILDING 1 AT NAVAL MEDICAL CENTER SAN DIEGO, SAN DIEGO, CA
- Notice Date
- 7/13/2022 9:30:12 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
- ZIP Code
- 92132-5000
- Solicitation Number
- N62473-22-3202
- Response Due
- 7/20/2022 11:00:00 AM
- Point of Contact
- Sean Kearns, Phone: 6198460361, Shane Mahelona
- E-Mail Address
-
sean.b.kearns.civ@us.navy.mil, shane.mahelona@navy.mil
(sean.b.kearns.civ@us.navy.mil, shane.mahelona@navy.mil)
- 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. This is a Sources Sought Synopsis announcement for market research in support of modernizing elevators and modernizing elevator controls to be performed at Naval Medical Center San Diego, in San Diego, California. 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, Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Women-Owned Small Businesses. The North American Industry Classification System (NAICS) code for this procurement is 238210 (Electrical Contractors and Other Wiring Installation Contractors). In accordance with DFARS 236.204 (i), the magnitude of this construction project is estimated between $10,000,000 and $25,000,000. Interested sources are invited to respond to this Sources Sought Announcement by using the form provided titled �Sources Sought Information Form�. It is requested that interested small businesses submit a brief capabilities statement package demonstrating ability to perform the requested services. The response shall address the following: 1) Contractor information: Provide your firm�s contact information. 2) Type of Business: Identify whether your firm is an SBA certified 8(a), SBA certified HUBZone, certified Service-Disabled Veteran-Owned Small Business concern, Woman-Owned Small Business, or Small Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a maximum of five (5) Government or commercial contracts/projects with experience in modernizing multiple elevators and their controls in a hospital environment with a minimum cost of $10,000,000 that your firm has substantially completed in the last five (5) years. �The primary work includes demolition and replacement of the mechanical and control systems in machine rooms and hoist-ways, upgrade of the power distribution, fire protection and life-safety features upgrades and interfaces, lighting, and power in the machine rooms, hoistways, and elevator cabs interior finishes (wall, ceilings, floors), and door packages. Provide pre-transfer signals from transfer switches to elevator controllers. (no more than two (2) single sided pages per project, single spaced, 12 point font minimum). PAGES IN EXCESS OF THE TWO (2) PAGE LIMIT WILL NOT BE CONSIDERED. 5) For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, type of contract, a narrative description of the product/services provided by your firm, and customer information including point of contact, phone number and email address. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool 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. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. 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. Upon review of the responses, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. There is no bid package or solicitation at this time, however, if the Government plans to proceed with the acquisition, a solicitation will be published on Federal Business Opportunities. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Responses to this Sources Sought announcement are due no later than 2:00 p.m.(PDT) on 20 July 2022. Please submit your response by email to sean.b.kearns.civ@us.navy.mil.� NO TELEPHONE CALLS WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/38bccf8514954dc0986d57669b4ccc21/view)
- Place of Performance
- Address: San Diego, CA 92134, USA
- Zip Code: 92134
- Country: USA
- Record
- SN06388151-F 20220715/220713230110 (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 |