Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOURCES SOUGHT

99 -- SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD (DBB) P170 NMC ORDNANCE FACILITIES RECAP PHASE 2, NAVAL WEAPONS STATION YORKTOWN, YORKTOWN, VIRGINIA

Notice Date
11/3/2022 1:00:52 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2529
 
Response Due
11/17/2022 11:00:00 AM
 
Point of Contact
Holly Snow, Barbara Williamson-Garris
 
E-Mail Address
holly.r.snow.civ@us.navy.mil, barbara.l.williamson-garris.civ@us.navy.mil
(holly.r.snow.civ@us.navy.mil, barbara.l.williamson-garris.civ@us.navy.mil)
 
Description
SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD (DBB) P170 nmc Ordnance Facilities Recap PHASE 2, Naval Weapons station yorktown, yorktown, virginia 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 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 construction services for the following project: P170 � NMC Ordnance Facilities Recapitalization, PH 2 - The project will construct five (5) Type-D earth-covered high explosive magazines. Magazine construction will consist of reinforced concrete walls, floors and foundations. It will have entrance and loading aprons, ordnance bonding, grounding and lightning protection systems, and intrusion detection systems. Facility-related control systems include cybersecurity features. Road construction will include approximately a � mile of secondary roadway and regulatory-agency permitted stream crossing. 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 237990 Other Heavy and Civil Engineering Construction with a size standard of $39.5M. The total estimated magnitude of construction for this contract is between $25,000,000 and $100,000,000. The anticipated award of this contract is August 2023. 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 one (1) relevant project considering size/scope/complexity, for each project type (Magazine, Roadway, and Demolition) listed below. Projects submitted for the Offeror must have been completed within fifteen (15) years prior to the date of submission. The following information shall be provided: Contractor Information: Provide your firm�s contact information including Unique Entity Identifier (UEI) 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 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 $25M to be deemed acceptable for this notice.� Experience: Submit a minimum of three (3) up to a maximum of 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. A specific project is a single standalone project or a single task order under a standalone contract or an indefinite quantity contract. Recent is defined as having been 100% completed within the fifteen (15) 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. Contractor shall have acted as the Prime contractor on submitted projects for Weapons Magazines and Demolition Projects, subcontractor experience for these projects is not considered. Subcontractor experience and experience as a subcontractor is only considered for Road Construction projects. ����������� Relevant project(s) are further defined as: 1) Weapons Magazines: Size: A minimum of 9,000 total square feet combined in the project. Scope/Complexity: New construction of Type C or Type D earth-covered reinforced concrete weapons magazine. 2) Road Construction: Size: A minimum of 1,500 feet.� Scope: Secondary or primary roadway construction. Complexity:� Heavy-duty asphalt pavements, roadside ditches, underdrainage, slope stabilizations, stormwater management facilities, and guardrails. 3) Demolition Project: Size: Demolition of one or more magazines with a total minimum of 1,000 square feet. Scope/Complexity: Demolition of earth-covered reinforced concrete weapons magazine.�� Ensure that the project description clearly identifies whether the project is new construction, provides the square footage, addresses how the project meets the scope/complexity requirements, and provides final construction cost. The offeror must submit a minimum of one relevant (1) Magazine project, (1) Road Construction project, and (1) Demolition project. Experience of proposed subcontractors will be considered for the roadway construction project only. Experience as a subcontractor will be considered for roadway construction projects only. For Magazine and Demolition projects, subcontractor experience and experience as a subcontractor will not be accepted. 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. 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. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; �� or � ����(E) Historically underutilized business zone small business. 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 Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions.�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. 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 on 17 NOVEMBER 2022 at 2:00 PM local time. LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The package shall be sent via electronic mail to Holly Snow at holly.r.snow.civ@us.navy.mil AND Barbara Williamson-Garris at barbara.l.williamson-garris.civ@us.navy.mil. Packages 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 Holly Snow at holly.r.snow.civ@us.navy.mil AND Barbara Williamson-Garris at barbara.l.williamson-garris.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b104bd00862f45ea83371a33fe4b736e/view)
 
Place of Performance
Address: Yorktown, VA, USA
Country: USA
 
Record
SN06509856-F 20221105/221103230103 (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.