Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2023 SAM #7933
SOURCES SOUGHT

Z -- SOURCES SOUGHT NOTICE FOR N4008523B2509 REGIONAL INDEFINITE DELIVERY INDEFINITE QUANTITY PAINTING AND WALL COVERING CONTRACT AT VARIOUS GOVERNMENT SITES IN THE GREATER HAMPTON ROADS AREA OF VIRGINIA

Notice Date
8/15/2023 11:26:47 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523B2509
 
Response Due
8/25/2023 11:00:00 AM
 
Archive Date
10/30/2023
 
Point of Contact
Kristy Wright
 
E-Mail Address
kristy.l.wright12.civ@us.navy.mil
(kristy.l.wright12.civ@us.navy.mil)
 
Description
PLEASE SEE BELOW REVISED SOURCES SOUGHT NOTICE. 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 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, 8 (a) Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable to perform a proposed contract. 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. An award for INDEFINITE DELIVERY INDEFINITE QUANTITY PAINTING AND WALL COVERING CONTRACT AT VARIOUS GOVERNMENT SITES IN THE GREATER HAMPTON ROADS AREA OF VIRGINIA is anticipated. The total contract term is anticipated to be five years; one base year with 4 (12 month) option years, not to exceed 60 months. General Work Requirements: This is a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract for painting and wall covering contract at various Government sites in the greater Hampton Roads area of Virginia. Types of work to be included in this contract are as follows, but are not limited to: Minor interior painting projects of one to two rooms; Minor exterior painting projects; Painting may be for other facility related structures, such as bollards, canopies, etc.; Interior office, administrative, residential or similar facility intended for human occupancy, in heated and air conditioned space of up to 35,000 square feet of painted surface area, including walls, doors, window frames, interior trim, and/or ceilings; Interior industrial, warehouse, hangar or similar high bay structure of up to 35,000 square feet of painted surface area, including walls, doors, window frames, interior trim, floors, ceilings, exposed structural elements, and/or exposed mechanical equipment, ductwork and piping, requiring use of scaffolding, personnel lifts, or other means of accessing high bay areas other than the use of ladders alone; Exterior office, administrative, residential or similar facility of up to 35,000 square feet of painted surface area, including walls, doors, window frames, trim, soffits, overhangs, exposed structural elements, metal roofing, metal, wood or asbestos siding, and miscellaneous exterior elements, requiring use of scaffolding, personnel lifts, or other means of accessing high areas other than the use of ladders alone; Exterior industrial, warehouse, hangar or similar high bay structure of up to 35,000 square feet of painted surface area, including walls, trim, soffits, overhangs, exposed structural elements, metal roofing, metal, wood or asbestos siding, miscellaneous exterior elements, and/or exposed mechanical equipment, ductwork and piping, requiring use of scaffolding, personnel lifts, or other means of accessing high areas other than the use of ladders alone; The painting work under this contract may include extensive preparation, sanding, scraping, filling, patching, lead paint abatement, sealants, and other related work; Phased work will be required in and around occupied spaces including facilities with ongoing operations of a critical nature. Contractor will be required to consult with Activities and Facility Managers to develop phasing plans to execute projects in occupied facilities. The contractor will be required to provide all labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, and management necessary to fulfill the requirements for each of the task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work. The total estimated magnitude of construction for this contract (base period plus option years) is between $10,000,000 and $25,000,000. The appropriate NAICS code for this procurement is 238320, Painting and Wall Covering Contractors; Annual Size Standard:�$19M The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 14, Sealed Bidding. 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, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. The anticipated award of this contract is MARCH 2024. It is requested that interested small businesses respond to this sources sought announcement by using the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. These forms are required. Information not provided may prohibit your firm from consideration. The following information shall be provided: 1. Contractor Information: Provide your firm�s contact information including Unique Entity Identifier (UEI) and CAGE Code. 2. 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. 3. Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. Experience of proposed subcontractors will not be considered. For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, final construction cost, and addresses how the project meets the scope/complexity requirements. 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. A relevant project is further defined as: Size: A final construction cost of at least $50,000 for painting and wallcovering of the construction project. At least (1) one project must have a final cost of at least $250,000 for the painting and wall covering. Scope/Complexity: Painting and wall covering services shall include the following:� (1)Interior and exterior painting (2)Removal and installation of vinyl wallcoverings, (3) Sandblasting, (4) Waterblasting, (5) Lead base paint abatement, (6) Various types of maintenance repairs, (7) Preparations associated with painting and wallcovering, (8)Incidental type work associated with painting and wallcovering for industrial, commercial, and residential locations. Each project submitted does not require demonstrated experience with all of the above listed scope/complexity components, but collectively, they must demonstrate experience with at least five (5) painting and wall covering services. Handling Concurrent Task Orders:�Describe the Contractor�s ability to provide services and handle multiple simultaneous projects in the greater Hampton Roads area of Virginia, 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.�Also, describe Contractor�s approach and capabilities to perform emergency repairs. 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. This will be an Indefinite Delivery/Indefinite Quantity Contract to provide the services identified in the scope at different buildings at various sites simultaneously. All work will be performed on existing or new facilities in and around various Government sites within the greater Hampton Roads area of Virginia. For purposes of evaluating capability, the �Offeror� is defined as the prime contractor that demonstrate experience on relevant projects that meet size, scope and complexity. 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. 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. Responses are due on 25 August 2023 by 2:00 P.M. local time.� The submission package shall ONLY be submitted electronically to Kristy Gerrek at kristy.l.wright12.civ@us.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 kristy.l.wright12.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b02cbe818331407b84f8667c880e97d9/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN06791898-F 20230817/230815230112 (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.