SOURCES SOUGHT
C -- Sources Sought Notice - Solicitation N40085 17 R 8305 - Multiple Award Construction Contract for MINOR construction
- Notice Date
- 10/19/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008517R8305
- Response Due
- 11/3/2016
- Archive Date
- 1/31/2018
- Point of Contact
- Elizabeth Carmack Elizabeth.carmack@navy.mil
- E-Mail Address
-
elizabeth.carmack@navy.mil
(elizabeth.carmack@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N40085-17-R-8305 THIS IS A SOURCES SOUGHT NOTICE ONLY, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. THERE IS NO SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice 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). The Naval Facilities Engineering Command, Mid-Atlantic, Marine Corps Integrated Product Team (MC IPT) is currently seeking potential sources for an indefinite delivery /indefinite quantity (IDIQ) Multiple Award Construction Contract (MACC) for minor construction, renovation and repair projects ranging in size from $2,000.00 to approximately $600,000.00 at assorted buildings and structures primarily located at the Marine Corps Recruit Depot (MCRD) Parris Island, Naval Hospital Beaufort (NHB), and Marine Corps Air Station (MCAS) Beaufort, all located in Beaufort County, South Carolina. However, the entire NAVFAC Mid-Atlantic Area of Responsibility (AOR) may also be included within the scope of the projects. Approximately five (5) contracts may be awarded under this solicitation. The term of the potential contract will be a 12-month base period and four (4) 12-month option periods to be exercised at the government ™s discretion. The term of the potential contract shall not exceed 60 months or the total value of the potential contract shall not exceed $30.0 million, whichever comes first. The appropriate The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Construction). The Small Business Size Standard is $36.5 million. Sources are sought from 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, or Women Owned Small Business (WOSB) concerns firms with a bona fide place of business located in Small Business Administration (SBA) Region IV geographical area serviced by Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. The contractor must have a bonding capability of $3.0 - $4.0 million in a 12-month period. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MID-LANT) is seeking qualified and interested parties in any of the above mentioned categories with current relevant qualifications, experience, personnel, and capability to perform. The intent of the future solicitation is to obtain Minor Construction, Renovation and Repairs located within the Marine Corps Recruit Depot (MCRD) Parris Island, Naval Hospital Beaufort (NHB), and Marine Corps Air Station (MCAS) Beaufort, all located in Beaufort County, South Carolina. Projects may be either design-build or design-bid-build for general construction, alteration, repair, demolition,, and work performed by special trades. Lead, asbestos, and/or mold abatement may be required. Work in explosive facilities will be required. Larger projects will be issued as either fully designed or design-build projects. It is possible that projects at remote Military Reserve Centers within a 250 mile radius from Beaufort County may be offered; however, a vast majority of the work will be at MCRD Parris Island and NHB. Interested sources are invited to respond to this sources sought announcement.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. If you are submitting as a mentor-protĂ©gĂ© joint venture under the 8(a) program, you must provide SBA approval of the mentor-protĂ©gĂ© agreement to be considered as small for this procurement. 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) Experience: Submit a 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. Do not utilize experience of a subcontractor to demonstrate construction experience. 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. Projects which do not meet these requirements may not be considered relevant. Additional minimum submission requirements: ---Submit at least one relevant project that demonstrates experience in primarily new construction. ---Submit at least one relevant project that demonstrates experience in primarily renovation/repair work. ---Submit at least one relevant project that demonstrates experience with design-build. ---Submit at least two relevant projects with a construction cost of $ 100,000 or more. This refers to the total contract cost if the work was performed by as the prime contractor, and the subcontract cost if the work was performed as a subcontractor. 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 The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON 3 November 2016 by 2:00 P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Elizabeth Carmack); 9324 Virginia Avenue; Bldg. Z 140, Room 114, Norfolk, VA 23508. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at Elizabeth.carmack@navy.mil. * Note: Source Sought number maybe different from the Solicitation number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bc3f01f63b1edca87ca863aa898d1e4f)
- Record
- SN04308193-W 20161021/161019234440-bc3f01f63b1edca87ca863aa898d1e4f (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 |