Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

Y -- (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION AND REPAIR OF VARIOUS WET UTILITIES CONSTRUCTION PROJECTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CA, NV, AZ, CO, UT, and NM

Notice Date
2/16/2023 11:22:34 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247323R1411
 
Response Due
3/9/2023 5:00:00 PM
 
Archive Date
12/31/2023
 
Point of Contact
Mica C. Paulson
 
E-Mail Address
mica.c.paulson.civ@us.navy.mil
(mica.c.paulson.civ@us.navy.mil)
 
Description
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION AND REPAIR OF VARIOUS WET UTILITIES CONSTRUCTION PROJECTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CALIFORNIA, NEVADA, ARIZONA, COLORADO, UTAH, AND NEW MEXICO 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, Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government�s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted).� No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. 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. �Respondents will not be notified of the results of this market research. Naval Facilities Engineering Systems Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction and repair of wet utilities construction projects. The term �self-perform� refers to performing relevant major trade work in-house without subcontractors.� This does not include administrative or management functions.� Relevant major trade work is that which is the same or similar to the work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) Code is 237110 (Water and Sewer Line and Related Structures Construction) with a Small Business Size Standard of $45 million.� Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the area of responsibility (AOR) of Naval Facilities Engineering Systems Command Southwest including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico.� However, it is anticipated that most projects will be performed in the state of California.� The proposed contract(s) will be for one (1) base period of two (2) years and two (2) option periods of three (3) years each, resulting in the contract performance period maximum of eight (8) years. �The estimated total contract price for the base period and two option periods for all contracts combined is $249,000,000. �Task order range is estimated between $50,000 and $20,000,000. Projects will be primarily design-build or secondarily design-bid-build for new construction and repair of wet utilities construction projects.� Projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks and related work. All structures (including buildings) that are integral parts of the water, steam, wastewater, pumping stations, treatment plants and storage tanks are included. This contract will not include waterfront/marine construction or petroleum, oils, and lubricant (POL) systems construction. Interested sources are invited to respond to this sources sought announcement by using the form provided under separate file titled �Sources Sought Information Form�. �The following information shall be provided: 1)�� Contractor Information: Provide your firm�s contact information, including DUNS number 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 Women-Owned Small Business concern. �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) � Locations: Identify the locations in which you are willing and capable to work. 5) � Experience:� Submit a minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has self-performed to demonstrate your experience in wet utilities construction as indicated in this announcement.� A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract.� �Recent� is defined as having been 100% completed within the seven (7) years prior to the Sources Sought Synopsis issuance date.� All projects shall have a minimum construction cost of $300,000.� Projects which do not meet these requirements may not be considered relevant. Additional submission requirements: Submit at least one relevant self-performed project with a construction cost of $3,000,000 or above. At least one of the relevant self-performed projects shall demonstrate experience with new construction of potable water distribution systems. At least one of the relevant self-performed projects shall demonstrate experience with new construction of sanitary sewer systems. At least one of the relevant self-performed projects shall demonstrate experience with new construction of a potable water pump station, a sanitary sewer lift station or similar type of pump station. At least one of the relevant self-performed projects shall demonstrate experience with design-build. For each of the projects submitted for experience evaluation, provide the following: title and location award and completion dates contract or subcontract value type of work for overall project and type of work your firm self-performed current customer information including point of contact, phone number and email address whether the work was performed as a prime or subcontractor type of contract (Design-Build or Design-Bid-Build � see Sources Sought Information Form) narrative project description description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Identify your working relationship with the design firm (i.e., number of years working together). 6) � Safety:� Submit OSHA Days Away from Work, Restricted Duty, or Transfer (DART) rates and Total Case Rate (TCR) for each of calendar years 2018, 2019, 2020, 2021 and 2022.� For any DART rate of 3.0 or greater or any TCR of 4.5 or greater, provide an explanation to address the extenuating circumstances that affected the rate and any corrective actions taken.� Instructions for calculating the DART rate and TCR can be found at� http://www.bls.gov/iif/osheval.htm.� For joint ventures or mentor-prot�g� agreements (MPA), provide the required information for each entity in the joint venture or MPA.� NAVFAC may make an acquisition strategy determination that excludes contractors that do not submit the required information or contractors with unexplained high DART or TCR rates from the pool of sufficiently qualified contractors. In sections where recent experience is requested, all experience will be evaluated for market research purposes only.� Firms are advised that while experience older than seven (7) years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent seven (7) years of experience will be accepted.� NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Responses to this Sources Sought announcement are due no later than 5:00 p.m. (Pacific Standard Time) on March 9, 2023. �Please email your response, in a PDF format, to mica.c.paulson.civ@us.navy.mil.� Facsimile submittals will not be accepted.� All NAVFAC Southwest solicitations are posted on the website at https://sam.gov and begin with �N62473.� SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION AND REPAIR OF VARIOUS WET UTILITIES CONSTRUCTION PROJECTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CALIFORNIA, NEVADA, ARIZONA, COLORADO, UTAH, AND NEW MEXICO 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, Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government�s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted).� No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. 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. �Respondents will not be notified of the results of this market research. Naval Facilities Engineering Systems Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction and repair of wet utilities construction projects. The term �self-perform� refers to performing relevant major trade work in-house without subcontractors.� This does not include administrative or management functions.� Relevant major trade work is that which is the same or similar to the work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) Code is 237110 (Water and Sewer Line and Related Structures Construction) with a Small Business Size Standard of $45 million.� Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the area of responsibility (AOR) of Naval Facilities Engineering Systems Command Southwest including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico.� However, it is anticipated that most projects will be performed in the state of California.� The proposed contract(s) will be for one (1) base period of two (2) years and two (2) option periods of three (3) years each, resulting in the contract performance period maximum of eight (8) years. �The estimated total contract price for the base period and two option periods for all contracts combined is $249,000,000. �Task order range is estimated between $50,000 and $20,000,000. Projects will be primarily design-build or secondarily design-bid-build for new construction and repair of wet utilities construction projects.� Projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks and related work. All structures (including buildings) that are integral parts of the water, steam, wastewater, pumping stations, treatment plants and storage tanks are included. This contract will not include waterfront/marine construction or petroleum, oils, and lubricant (POL) systems construction. Interested sources are invited to respond to this sources sought announcement by using the form provided under separate file titled �Sources Sought Information Form�. �The following information shall be provided: 1)�� Contractor Information: Provide your firm�s contact information, including DUNS number 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 Women-Owned Small Business concern. �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) � Locations: Identify the locations in which you are willing and capable to work. 5) � Experience:� Submit a minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has self-performed to demonstrate your experience in wet utilities construction as indicated in this announcement.� A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract.� �Recent� is defined as having been 100% completed within the seven (7) years prior to the Sources Sought Synopsis issuance date.� All projects shall have a minimum construction cost of $300,000.� Projects which do not meet these requirements may not be considered relevant. Additional submission requirements: Submit at least one relevant self-performed project with a construction cost of $3,000,000 or above. At least one of the relevant self-performed projects shall demonstrate experience with new construction of potable water distribution systems. At least one of the relevant self-performed projects shall demonstrate experience with new construction of sanitary sewer systems. At least one of the relevant self-performed projects shall demonstrate experience with new construction of a potable water pump station, a sanitary sewer lift station or similar type of pump station. At least one of the relevant self-performed projects shall demonstrate experience with design-build. For each of the projects submitted for experience evaluation, provide the following: title and location award and completion dates contract or subcontract value type of work for overall project and type of work your firm self-performed current customer information including point of contact, phone number and email address whether the work was performed as a prime or subcontractor type of contract (Design-Build or Design-Bid-Build � see Sources Sought Information Form) narrative project description description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Identify your working relationship with the design firm (i.e., number of years working together). 6) � Safety:� Submit OSHA Days Away from Work, Restricted Duty, or Transfer (DART) rates and Total Case Rate (TCR) for each of calendar years 2018, 2019, 2020, 2021 and 2022.� For any DART rate of 3.0 or greater or any TCR of 4.5 or greater, provide an explanation to address the extenuating circumstances that affected the rate and any corrective actions taken.� Instructions for calculating the DART rate and TCR can be found at� http://www.bls.gov/iif/osheval.htm.� For joint ventures or mentor-prot�g� agreements (MPA), provide the required information for each entity in the joint venture or MPA.� NAVFAC may make an acquisition strategy determination that excludes contractors that do not submit the required information or contractors with unexplained high DART or TCR rates from the pool of sufficiently qualified contractors. In sections where recent experience is requested, all experience will be evaluated for market research purposes only.� Firms are advised that while experience older than seven (7) years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent seven (7) years of experience will be accepted.� NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Responses to this Sources Sought announcement are due no later than 5:00 p.m. (Pacific Standard Time) on March 9, 2023. �Please email your response, in a PDF format, to mica.c.paulson.civ@us.navy.mil.� Facsimile submittals will not be accepted.� All NAVFAC Southwest solicitations are posted on the website at https://sam.gov and begin with �N62473.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de84990089f14eed9e9d15de6f78ca9f/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN06594582-F 20230218/230216230119 (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.