Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
DOCUMENT

Y -- Sources Sought Synopsis announcement for market research in support of future projects as part of the NAVFAC Southwest Coastal Campus Program in San Diego, California. - Attachment

Notice Date
6/23/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
Solicitation Number
N6247316RCCPS
 
Response Due
7/24/2015
 
Archive Date
8/8/2015
 
Point of Contact
Matt Koontz - matt.koontz@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Coastal Integrated Product Team (IPT) (Code OPUA), Naval Facilities Engineering Command, Southwest (NAVFAC SW) located at 2730 McKean Street Building 291, San Diego, CA 92136 is seeking industry feedback regarding the NAVFAC Southwest Coastal Campus Program Procurement Strategy. This is a Sources Sought Synopsis announcement for market research in support of future projects as part of the NAVFAC Southwest Coastal Campus Program in San Diego, California. This special notice does NOT constitute a request for proposal, request for quote, or invitation for bid and is NOT to be construed as a commitment by the Government for any purpose other than market research. This notice is only one (1) facet in the Government s overall market research with respect to weather the procurement strategy is best for the program. The intent of this notice is to seek feedback from industry. The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. The determination of a final procurement strategy will NOT be based solely on the information received in response to this special notice. No reimbursement will be made for any costs associated with providing information in response to this special notice or any follow-up information requests. Respondents will not be notified of the results of the analysis. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business, 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 debriefs, evaluation letters, and/or results will be issued to the participants. This special notice is only one (1) facet in the Government s overall market research in regards to whether the procurement strategy is best for the program. The North American Industry Classification System (NAICS) Code for the proposed work is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $36.5 million, average annual gross receipts for the preceding three (3) fiscal years. Responses to this Sources Sought Synopsis will be used to make appropriate acquisition decisions. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on the NECO and Federal Business Opportunities websites. 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. All construction projects will be performed in San Diego, CA. There will be site and environmental constraints, safety considerations, and the close proximity of like projects; therefore, we are looking to minimize the number contractors on the jobsite, while minimizing operational delays and impacts to the warfighters. Our current proposal/strategy is as follows: FY17-18 Projects Procurement strategy: award three (3) stand alone projects over $50 Million each; One (1) project under the existing $20 Million Unrestricted Heavy Horizontal Multiple Award Construction Contract (MACC) due to NAICS Code. FY19-20 Projects - Procurement strategy: Solicit and Award a Multiple Award Construction Contract (MACC) for Coastal Campus: $500 Million capacity limited to three (3) contractors; Task Order range $13 Million to $50 Million. FY21 Projects - Three (3) projects in the range of $5.4 Million to $9 Million - Procurement strategy: Small Business Multiple Award Construction Contract (MACC) Interested sources are invited to respond to this Sources Sought Announcement by using the form provided under file titled Sources Sought Information Form, providing the following information: 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 Economically Disadvantaged 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)We are seeking the appropriate balance of Small Business/Large Business participation. Provide comments on NAVFAC s Coastal Campus Program Procurement Strategy. Provide suggestions in detail if the proposed strategy is not optimal. 5)If there is interest in an industry form, please indicate interest and proposed agenda. Use of a Project Labor Agreement (PLA) is being considered for this project, pursuant to Executive Order 13502, Use of Project Labor Agreements for Federal Construction Projects (February 6, 2009). In accordance with FAR 22.503 (b) and (c), we are soliciting the views of all interested parties on the use of Project Labor Agreements. Utilize the attached Project Labor Agreement Inquiry Form to provide your responses. Responses to this Special Notice are due no later than 2:00 p.m. (local time) on July 24 2015. Please address your response to NAVFAC Southwest, Coastal IPT Code OPUA, Attn: Matt Koontz, 2730 McKean Street Building 291, Naval Base San Diego, San Diego, CA 92136-5198. You may also email your response to matt.koontz@navy.mil. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ and begin with N62473 .
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247316RCCPS/listing.html)
 
Document(s)
Attachment
 
File Name: N6247316RCCPS_Sources__Sought_Info__Form.doc (https://www.neco.navy.mil/synopsis_file/N6247316RCCPS_Sources__Sought_Info__Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247316RCCPS_Sources__Sought_Info__Form.doc

 
File Name: N6247316RCCPS_PLA__Information_Sheet.pdf (https://www.neco.navy.mil/synopsis_file/N6247316RCCPS_PLA__Information_Sheet.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247316RCCPS_PLA__Information_Sheet.pdf

 
File Name: N6247316RCCPS_PLA_INQUIRY_FORM.docx (https://www.neco.navy.mil/synopsis_file/N6247316RCCPS_PLA_INQUIRY_FORM.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247316RCCPS_PLA_INQUIRY_FORM.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03772699-W 20150625/150623234724-92e17252bc614dfa357e1b6e3c4d5178 (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.