SOURCES SOUGHT
Y -- Sources Sought Notification for FY 16 PRESIDENTs EMERGENCY PLAN FOR AIDS RELIEF PEPFAR
- Notice Date
- 5/6/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,
- ZIP Code
- 00000
- Solicitation Number
- N3319116RPEPF
- Point of Contact
- Dawn Evansdawn.evans@eu.navy.mil
- Small Business Set-Aside
- N/A
- Description
- TITLE: PRESIDENTS EMERGENCY PLAN FOR AIDS RELIEF (PEPFAR) LOCATIONS: TANZANIA AND UGANDA THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the Request for Proposals (solicitation). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources Sought Notice is intended for dissemination of information and gathering point of contact information of interested offerors. NAVFAC EURAFSWA is seeking eligible sources who possess the relevant qualifications, experience, personnel, and capability to provide all management, labor, professional engineering services, travel, transportation, equipment, material, and supervision necessary to perform design/build construction services for the construction of and/or renovation of existing medical laboratory buildings in Tanzania and Uganda. The Government is planning to potentially award three to nine contracts which includes a total of approximately twenty-three (23) construction projects. The planned contract type is Design-Build Fixed-Price. The NAICS code for this proposed procurement is 236220. If the solicitations are issued, each solicitation will consist of several Contract Line Items (CLINs). The magnitude of the requirements are between $25,000 and $1,000,000 per project. Responses to this Sources Sought Notice will assist the Government in making the appropriate acquisition decision for each planned procurement. This is not an announcement of availability of a solicitation. The scope of work includes construction services, including design for each project for the Presidents Emergency Plan for Aids Relief (PEPFAR). Projects will be located in Tanzania and Uganda, and will be under the cognizance of NAVFAC EURAFSWA. PEPFAR is a United States governmental initiative to address the global HIV/AIDS epidemic. The anticipated periods of performance for each contracts is estimated at 18 to 24 months. A pre-proposal conference is tentatively scheduled for the second week in June and will be held in both Tanzania and Uganda. Estimated dates of contract awards are August 2016 timeframe. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the Government still plans to proceed with the acquisition, a Pre-Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system, and Federal Business Opportunities (FedBizOps). This is not a solicitation announcement for proposals and no contract will be awarded directly from this Sources Sought 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 requesting a solicitation package will be accepted because there is No solicitation package. 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 (POC) will not be given and no appointments for presentations will be made. Interested firms should submit a point of contact and their email address. Each firm (Joint Venture/Subcontractors/Team) must be able to demonstrate knowledge and experience in the services cited in the Statement of Work and have the ability to obtain appropriate security clearances and/or licenses to work in Tanzania and Uganda. SUBMISSION REQUIREMENTS: Responses to this sources sought notice must be typed and shall only consist of the following: Firm Name: Address: Point of Contact Name: Phone: Email: CAGE Code: DUNS Number: NOTE: Any submitted information other than what is requested will be destroyed. Contract awards will only be made to offerors who have an active NCAGE code and DUNS number. IMPORTANT INFORMATION: 1. DUNS, NCAGE AND SAM REGISTRATION The Government requires an offeror to have a current (active) DUNS Number, NCAGE Code, and register in the System for Award Management (SAM). The NCAGE code and DUNS number must be included on the proposals. It is the responsibility of the offeror to comply and register. If you currently do not have a DUNS, NCAGE, or SAM registration, information is provided below to assist you. IF YOU DO NOT ALREADY HAVE A DUNS OR NCAGE CODE THE FOLLOWING INSTRUCTIONS ARE GIVEN: DUNS: Please take these steps to receive a DUNS number: 1. Go to http://fedgov.dnb.com/webform 2. Click Begin DUNS Search 3. Choose your country and fill out a short form. 4. Dun and Bradstreet will list up to 3 matches. If your entity is not listed, choose request new DUNS and continue from there. Dun and Bradstreet generally responds to each webform submittal within 24-48 hours. SAM: To create an account and access SAM as a new user: 1. Go to https://www.sam.gov 2. Click on Create User Account 3. Complete the requested information, and then click Submit/Create. 4. Select Individual User Account. 5. You will receive an email confirming you have created a user account in SAM. You can now register an entity, search For Official Use Only (FOUO) information, and (if you are a designated government official) enter exclusions into the system. To register in SAM as an entity: 1. Login to SAM with your user ID and password (received after completing the steps above) 2. Gather all of the required information needed to complete your registration. 3. Click on Register New Entity from the left side navigation pane. 4. Complete and submit the online registration. It is estimated that it will take approximately 30 minutes to complete registration if you already have all the necessary information on hand, depending upon the size and complexity of your entity. 5. You will receive an email confirming that your registration is in process. Note that new registrations can take an average of 7-10 business days to process in SAM. SAM must send out some information for validation with outside parties before your registration can be activated. Required information for SAM registration: Your Data Universal Numbering System (DUNS) number from Dun and Bradstreet, and the name and address associated with that DUNS Your Taxpayer Identification Number and the name associated with that TIN, if applicable (from your W-2 or W-9) Your Contractor and Government Entity (CAGE) Code (or NCAGE), if you already have one (if you dont, one will be assigned to you during registration) Your Electronic Funds Transfer information, such as your financial institutions ABA Routing Number and your account number, along with the bank phone or fax number **Please contact the Federal Service Help Desk at https://www.fsd.gov/app/sam/ if you have any questions during the registration process** 2. JOINT VENTURE REQUIREMENTS Joint Venture (JV) offerors shall provide with their proposal a notarized legal document that establishes the JV. The JV Agreement shall take effect upon the submission of the proposal and remain irrevocable until one (1) year after the work has been finally inspected and accepted by the Government. Submission of the notarized legal document that establishes the JV shall be furnished with the proposal in its original language version along with a certified English translation of the notarized JV document. The Joint Venture must be formed and valid at the time of submission of the proposal. The offeror must include the NCAGE code and DUNS number of the JV on their proposal. The validated notarized legal document must include language that each member of the JV will be jointly and severally liable for the performance of the whole contract and will be incorporated into the contract award if award is made to the JV. (a) Name of firms that form the Joint Venture and the name of the Joint Venture (b) Name and title of the corporate officials signing in behalf of each party (c) Solicitation number (d) Description of the responsibilities in terms of work category for each partner (e) The statement The composition and structure of the Joint Venture will remain unchanged from award to one (1) year after the work has been finally inspected and accepted by the Government. (f) Date of issuance of the agreement and notarized signature of the corporate officials signing in behalf of each party. (g) Statement under oath stating that the Joint Venture(JV) is in compliance at the time of proposal submission with all applicable laws, rules, and regulations. This statement must be signed under oath by all members comprising the Joint Venture. The U.S. Government reserves the right to review the actual JV Agreement to determine its basis and compliance with the applicable laws. Any internal agreements affecting the internal composition of the existing JV and its potential liabilities in relation to the contract (bonds, insurance, etc.) will be sent to the Contracting Officer to provide notice of the same. Any change in the composition of the JV will require the JV to formally request a Novation Agreement in accordance with FAR 42.12, which will be approved/disapproved at the discretion of the Contracting Officer. 3. CERTIFICATIONS, LICENSES, PERMITS, FEES, ETC. Offerors shall be responsible for determining and paying all fees associated with, and obtaining any required permits for proposed projects including, but not necessarily limited to permits for onsite and off-site hauling, demolition/disposal, storm water discharge, construction activity, temporary utilities, road improvements, communications, etc. Offerors are responsible for acquiring any required professional certifications (licensing) as required by both the Republic of Tanzania and the country of Uganda to perform the work. Offerors are responsible for complying with environmental laws, regulations and requirements. All coordination with the local, regional, national authorities is the responsibility of the offeror. SUBMITTAL INQUIRY POC: Dawn Evans, Contract Specialist Dawn.evans@eu.navy.mil Bernie Caguiat Bernie.caguiat@eu.navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319116RPEPF/listing.html)
- Record
- SN04109297-W 20160508/160506234829-8a37e3757215bc2f810cbf451360144b (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 |