SOURCES SOUGHT
Z -- INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR CONSTRUCTION MAINTENANCE AND REPAIR OF UTILITY DISTRIBUTION SYSTEMS FOR FEDERAL ACTIVITIES IN THE TIDEWATER AREA
- Notice Date
- 5/25/2010
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008510R3040
- Response Due
- 6/8/2010
- Archive Date
- 6/23/2010
- Point of Contact
- John E. CrowE-mail: john.e.crow@navy.milPhone: (757)341-1648
- Small Business Set-Aside
- N/A
- 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.The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing an INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR CONSTRUCTION MAINTENANCE AND REPAIR OF UTILITY DISTRIBUTION SYSTEMS FOR FEDERAL ACTIVITIES IN THE TIDEWATER AREA(Repair and Replacement of Steam Distribution, Sewer, Storm Drain, Rehabilitation of Lines, Fresh Water, Compressed Air,Natural Gas, and LPG (Propane) Distribution Systems) Description of proposed construction:The scope of work includes steam distribution, sewage collection, storm drainage, potable water, compressed air and natural gas distribution systems and associated demolition, earthwork and site work. Work may be on utilities and systems located at or in the general vicinity of active berthing piers. The bid schedule contains the annual aggregate estimated total of quantities for the contract. The Contractor shall provide all labor, materials, equipment, tools, transportation, supervision, safety, surveys, scoping, layout work, engineering, testing, and management necessary to fulfill the requirements of this contract and each task order in a timely manner with safety as a priority and quality work as a final product. The Government contemplates that one contract will be awarded for this solicitation. The contract will be for all Federal Activities in the Tidewater Area. The work may be ordered and administered by any of the five sites listed below, each site has a Facilities Engineering and Acquisition Division (FEAD) Contracting Officer that will order and administer the task order and inspect the work within their areas. Each site will process invoices for their orders. Work may also be ordered electronically by authorized agents through E-mail. a. Norfolk Site: Naval Station Norfolk, Virginia; Naval Support Activity, Norfolk, Virginia, including Northwest Annex and satellite locations within 50 miles of Naval Station Norfolk. b. Little Creek-Fort Story Site: Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia, and satellite locations within 50 miles of Joint Expeditionary Base Little Creek-Fort Story. c. Oceana Site: Naval Air Station Oceana, Virginia Beach, Virginia; Fleet Training Center Dam Neck, Virginia Beach, Virginia; Fentress Airfield, Virginia Beach, Virginia, and satellite locations within 50 miles of Oceana Naval Air Station. d. Portsmouth Site: Norfolk Naval Shipyard, Portsmouth, Virginia; Portsmouth Naval Hospital, Portsmouth, Virginia; St. Juliens Creek, Portsmouth, Virginia; Northwest Naval Station, Chesapeake Virginia; Craney Island, Chesapeake, Virginia, and satellite locations within 50 miles of Norfolk Naval Shipyard, Portsmouth, Virginia. e. Peninsula Site: Naval Weapons Station Yorktown, Yorktown, Virginia; Cheatham Annex, Williamsburg, Virginia and satellite locations within 50 miles of Yorktown Naval Weapons Station. Work will include multiple task orders simultaneously, as well as a requirement to work at multiple sites simultaneously. The estimated price range for this project is between $25,000,000 and $100,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services by August 2010. The appropriate NAICS code for this procurement is 237110, with a standard size of $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis 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. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include the following:1. Number of employees.2. Office location(s).3. Available bonding capacity per contract. (Must be able to bond up to the estimated price range of this project)4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT JUNE 8, 2010 @ 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, HR IPT9742 Maryland Avenue (Building Z-140, Room 117)Norfolk, Virginia 23511-3689Attn: John E. Crow Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to John Crow via email at john.e.crow@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R3040/listing.html)
- Record
- SN02159536-W 20100527/100525235122-a7dfdba93450bf83dd7e91ee09c703f5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |