Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2012 FBO #4053
DOCUMENT

Y -- Construction of Structures and Facilities - Attachment

Notice Date
12/27/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
Solicitation Number
N4425513MKTG6
 
Response Due
1/14/2013
 
Archive Date
7/14/2013
 
Point of Contact
Andy Hart, 360-396-0235
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 236220 Commercial and Institutional Building Construction. The applicable size standard is $33.5 Million average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. 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. The general scope of this requirement is for the Design / Build Construction of P-251; a two story, 101,104 SF Operational Training Facility for Multi-Mission Maritime Aircraft (MMA)/P-8A. The facility includes space for eight Operational Flight Trainers (OFT), and six weapons tactical trainers (WTTs) with associated support network and communications equipment, classrooms and administrative spaces. The facility will include bridge cranes, Special Access Program Facility (SAPF) spaces, and extensive networking equipment. The new facility will be built where an existing facility exists and will require demolition with hazardous waste disposal required. Approximately 4,000 SF of classroom space will be reutilized in two adjacent buildings as part of this project. The project will be located at Naval Air Station Whidbey Island, WA The estimated total contract price range, per DFAR 236.204, is between $25,000,000 and $100,000,000. This procurement shall be in accordance with FAR 52.225-9/11/12, Buy American Act “ Balance of Payments Program “ Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract for the design and construction of large non-pre engineered building (PEB) facilities, SAPF infrastructure, facilities with integrated bridge cranes, industrial size power equipment and installation of network communications equipment. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ½ x 11 pages for a cover letter. 1) Experience: Using the Sources Sought Information Form, submit a maximum of five (5) projects demonstrating experience in the design and construction of non PEB facilities similar in size, scope, and complexity as defined below. Within the projects submitted, all types of the following work must be represented: Size: $10,000,000 and greater (for a single project, NOT an IDIQ contract). Scope: Design and construction of large administrative spaces between 50,000 and 120,000 SF including at least one of the following: SAPF spaces, classrooms, bridge cranes, industrial size switch gear and other electrical power components, installation of internal and external network communication equipment. Complexity: Fast-tracked design-build projects where portions of design and construction were performed simultaneously. Projects must have had a construction completion no earlier than 14 January 2008 in order to be considered. For each of the contracts/project submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; if design-build or design-bid-build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. 2) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Identify which locations you are willing to work. 4) Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. Please respond to this sources sought announcement by 2:00 p.m. 14 January 2013 to Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Andrew Hart. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC-NW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425513MKTG6/listing.html)
 
Document(s)
Attachment
 
File Name: N4425513MKTG6_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N4425513MKTG6_Sources_Sought_Info_Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N4425513MKTG6_Sources_Sought_Info_Form.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Station Whidbey Island, Oak Harbor, WA
Zip Code: 98277
 
Record
SN02955975-W 20121229/121227233839-b9d85aeaaa86253f752a6ff25181717c (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 |
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.