SOURCES SOUGHT
99 -- DB/DBB IDIQ MACC for HVAC/ Mechanical Construction Services in Hampton Roads, VA AOR
- Notice Date
- 10/20/2022 10:56:07 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2742
- Response Due
- 11/3/2022 11:00:00 AM
- Point of Contact
- Catharine Keeling, Phone: 7573411624
- E-Mail Address
-
catharine.a.keeling.civ@us.navy.mil
(catharine.a.keeling.civ@us.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 HVAC/ 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 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 HVAC and Mechanical work includes but is not limited to repairs, replacement and new installation of refrigeration systems, energy supply systems, heat generating systems, cooling generating systems, distribution systems, terminal and package units, system controls, system testing and balancing and commercial equipment at various installations. 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 $150,000,000.00 for the life of the contract.� Projects awarded on this MACC will have an estimated construction cost of approximately $50,000.00 to $2,500,000.00; 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 238220 - Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $16.5M. 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 $25,000 or greater.� At least one (1) project must have a final construction cost of $500,000 or greater. Scope: - Repair/Replacement or New Installation of HVAC, Mechanical, or Refrigeration Systems Complexity: -Systems meeting the scope that include work with:� Energy Supply, Heat Generating Systems, Cooling Generating Systems, Distribution Systems, Terminal & Package Units, Controls, System Testing & Balancing, or Commercial Equipment. The Capabilities package should include at least one repair/replacement and at least one New Installation that demonstrate at least one element of complexity within each project: Additionally, submit 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 3 November 2022 at 2:00 PM (local time).� LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The package shall be sent via electronic mail to Catharine Keeling at catharine.a.keeling.civ@us.navy.mil Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14daaa537fd243c59c367434ade6e645/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN06499784-F 20221022/221020230059 (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 |