Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
DOCUMENT

Y -- IDIQ MACC FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION OF COASTAL CAMPUS FOR NAVAL SPECIAL WARFARE COMMAND IN SOUTHERN CA - Attachment

Notice Date
9/3/2015
 
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
N6247315RCCPS
 
Response Due
10/6/2015
 
Archive Date
10/21/2015
 
Point of Contact
Matt Koontz (619)556-8160
 
E-Mail Address
matt.koontz@navy.mil
(matt.koontz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Governments 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 Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to perform a multiple award construction contract for new construction, repair and renovation of commercial and institutional buildings. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Construction) with a Small Business Size Standard of $36.5 million. Task orders issued under the proposed multiple award contract(s) will be performed in Southern California primarily at the Silver Strand Training Complex for Naval Special Warfare Command (NSWC). The proposed contract(s) will be for one base year with 4 one-year options, resulting in the contract performance period maximum of 5 years. The estimated total contract price for the base year and all option years for all contracts combined is $500,000,000. Task order range is estimated between $13,000,000 and $50,000,000. Projects will be primarily design-build or secondarily design-bid-build for new construction of commercial and institutional buildings. Types of construction projects may include, but are not limited to: administration buildings, academic and applied instruction training facilities, athletic centers, military operations facilities, related structures, and other similar facilities. No bachelor quarters or residential facilities are included in this contract. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The following information shall be provided: 1) Contractor Information: Provide your firms 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 suretys 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 performed as the prime contractor to demonstrate your experience in construction of commercial and institutional buildings 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 five years prior to the submission due date. All projects shall have a minimum construction cost of $13,000,000. Projects which do not meet these requirements may not be considered relevant. Additional minimum submission requirements: ---Submit at least one relevant project with a construction cost of $35,000,000 or above. ---Submit at least one relevant project that was for new construction of an academic or applied instruction facility. ---Submit at least one relevant project that included construction of a Sensitive Compartmented Information Facility (SCIF). ---Submit at least two relevant projects that demonstrate experience in design-build construction. 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 ---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. Describe your working relationship with the design firm (i.e. number of projects worked together, number of years working together, etc.). 6) Safety: Submit Experience Modification Rates (EMR) and OSHA Days Away from Work, Restricted Duty, or Transfer (DART) rates for each of calendar years 2012, 2013, and 2014. For any EMR greater than 1.0 or any DART rate of 3.0 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 can be found at http://www.bls.gov/iif/osheval.htm. NAVFAC may make an acquisition strategy determination that excludes contractors with unexplained high EMR or DART 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 five 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 five 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 2:00 p.m. (Pacific Time) on 06 October, 2015. Please address your response to NAVFAC Southwest, Coastal Integrated Products Team (IPT), Attn: Matt Koontz, 2730 McKean Street, Bldg. 291, San Diego, CA 92132. 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/N6247315RCCPS/listing.html)
 
Document(s)
Attachment
 
File Name: N6247315RCCPS_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247315RCCPS_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247315RCCPS_Sources_Sought_Information_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03870209-W 20150905/150903235651-a2a80ebb06915195d8155b13ab602122 (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.