MODIFICATION
Z -- N69450-MEDIUM MULTIPLE AWARD CONSTRUCTION CONTRACT NORTH FLORIDA/SOUTH GEORGIA
- Notice Date
- 1/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, SOUTHEAST BLD 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N69450NFSGMAC
- Response Due
- 2/3/2012
- Archive Date
- 2/3/2013
- Point of Contact
- Stefania Wanzie 904-542-6218 STEFANIA WANZIE 904-542-6218 stefania.wanzie@navy.mil
- E-Mail Address
-
OCHRAN
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. NAVFACSE is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including but not limited to: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) security level facilities, 9) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation, and PCB s). Projects may also require comprehensive interior design and incorporation of sustainable features. Projects (Task Orders) issued under this contract will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. Projects can be based on design-build, modified design-build, or full plans and specifications format, ranging in size from $4,000,000 to $20,000,000. Task orders under or over these amounts may be considered if deemed to be in the Government s best interest and approved by the Contracting Officer. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the Request for Proposal for each task order. Each task order will site a specific completion date and associated liquidated damages and the applicable Davis Bacon Wage Determination. Project Task Orders will require that schedules be managed with Primavera Suretrack (or Primavera P3). The procurement, if pursued, will be for one solicitation resulting in the award of approximately five separate Indefinite Delivery Indefinite Quantity (IDIQ) Design-Build and Construction Contracts for Northern Florida and Southern Georgia. Each contract will be awarded for one base year with four option years. The anticipated workload is $85,000,000 over the life of all contracts and the maximum combined value of all contracts will not exceed $99,000,000. Projects will vary in size from approximately $4,000,000 to $20,000,000. The work will be performed primarily at the following areas; Naval Air Station Jacksonville, Blount Island Command, Naval Station Mayport, Orlando, and Cape Canaveral in Northern Florida and Naval Submarine Base Kings Bay in Southern Georgia, and surrounding Naval Reserve Centers. Work at Naval Submarine Base Kings Bay requires that all contractor employees be U.S. Citizens to gain access to the base and if work is to be performed in the Waterfront Restricted Areas, all contractor employees are required to have a background check. Proposers will be evaluated using a Two-Phase, Design-Build, Request for Proposal (RFP) procedures that result in awards based on Best Value to the Government. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $33.5 million. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format: 1) Relevant Experience of the Construction/Prime Contractor: Submit a maximum of five (5) projects for the Construction Contractor (Prime Contractor) describing the following: Describe projects completed in the last seven (7) years that are similar in size, scope, and complexity. Information should be submitted on IDIQ type contracts and/or projects in the range of $4,000,000 to $20,000,000 that best demonstrates construction and design-build experience for general building type projects. For each of the completed contracts/projects submitted, provide the title; location; whether prime or subcontractor work; contract and subcontract value; type of contract; contract completion date; customer point of contact including phone number; percentage of self-performed work and narrative of work your firm performed; and the performance rating of the work. 2) Relevant Experience of the Design Contractor(s): Submit a maximum of five (5) projects for the design contractor(s) describing the following: Describe projects completed in the last seven (7) years that are similar in size, scope, and complexity. Information should be submitted on IDIQ type contracts and/or construction projects in the range of $4,000,000 to $20,000,000 that best demonstrates design and design-build experience for general building type projects. For each of the completed contracts/projects submitted, provide the title; location; whether prime or subcontractor work; contract and subcontract value; type of contract; contract completion date; customer point of contact including phone number; percentage of self-performed work and narrative of work your firm performed; and the performance rating of the work. 3) Bonding capacity of Prime Construction Contractor: On official letterhead, your surety must provide your maximum bonding capacity per project and your present aggregate maximum bonding capacity. Your surety must tender the requested information directly to the Points of Contact listed below. 4) Identify whether your firm is a self-certified Small Business, SDVOSB, SBA certified 8 (a), or HUBZone firm. If you are an 8(a) or HUBZone firm, provide proof of SBA certification. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definition or requirements for these, refer to http://www.sba.gov/. Respondents will not be notified of the results of the evaluation. However, NAVFACSE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants. Your response to this sources sought announcement must be received by 4:00 pm ET on 3 February 2012. Envelopes should be clearly marked SOURCES SOUGHT FOR N69450-MEDIUM MULTIPLE AWARD CONSTRUCTION CONTRACT NORTH FLORIDA / SOUTH GEORGIA ATTN: STEFANIA WANZIE AND ANDY COCHRAN. DO NOT OPEN IN MAIL ROOM . Responses mailed by USPS should be addressed to Naval Facilities Engineering Command Southeast, IPT South Atlantic ACQ, Attention: Stefania Wanzie and Andy Cochran, PO Box 30, Naval Air Station Jacksonville, FL 32212-0030. For Express Delivery Services the responses should be addressed to Naval Facilities Engineering Command Southeast, IPT South Atlantic ACQ, Attention: Stefania Wanzie and Andy Cochran, Building 135N Ajax Street, Jacksonville, FL 32212. You may email your response to stefania.wanzie@navy.mil and andrew.cochran2@navy.mil in place of mailing if the contents are within three (3) megabytes in size.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0ab551a4718eed889996189c51bbc80a)
- Place of Performance
- Address: Department of the Navy, Naval Facilities Engineering Command Southeast, Jacksonville, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN02660214-W 20120126/120124234719-0ab551a4718eed889996189c51bbc80a (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 |