Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2016 FBO #5495
DOCUMENT

Y -- N6247317S3404,F-35 Aircraft Maintenance Hangar and Flightline Apron Expansion at Marine Corps Air Station (MCAS) Miramar, in San Diego, California - Attachment

Notice Date
12/7/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247317S3404
 
Response Due
1/5/2017
 
Archive Date
1/20/2017
 
Point of Contact
Roy P. Layug, Contract Specialist, (619)532-4371
 
E-Mail Address
Contract Specialist, NAVFAC Southwest Central IPT
(roy.layug@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NUMBER: N6247317S3404 THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY; HOWEVER, BOTH LARGE AND SMALL BUSINESS CONCERNS ARE ENCOURAGED TO RESPOND TO THE PROJECT LABOR AGREEMENT (PLA) SURVEY. This is a Sources Sought Synopsis announcement for market research in support of a construction project for F-35 Aircraft Maintenance Hangar and Flightline Apron Expansion at Marine Corps Air Station (MCAS) Miramar, in San Diego, California. 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, Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Women-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s 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 information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. 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 the analysis. 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. The North American Industry Classification System (NAICS) Code 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 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 Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FBO). 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 a Firm-Fixed-Price, Design-Build Construction Contract for the construction of: 1) a 15,520 SM (167,056 SF) aircraft maintenance hangar; 2) a 65,775 SM (707,996 SF) aircraft parking apron; and 3) a 60,665 SM (652,993 SF) aircraft parking apron expansion. The maintenance hangar will require a special foundation, and will include a Secure Access Program Facility (SAPF), overhead bridge crane, and elevators. Project includes all pertinent site improvements (including aircraft wash racks), site preparations, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, irrigation, drainage, parking, and exterior lighting. Mechanical utilities will include compressed air, high pressure cooling air systems, as well as potable and fire protection water distribution, sanitary sewer, and storm sewer systems. Electrical utilities will include power distribution, 400HZ power with 270VDC converter for aircraft power, taxiway lighting, apron edge lighting, and primary and secondary power distribution. Use of a PLA is being considered for this project pursuant to Executive Order 13502, Use of Project Labor Agreements for Federal Construction Projects (February 6, 2009). The estimated total contract price range, per DFARS 236.204 (iii) is between $100,000,000 and $250,000,000. The firm must demonstrate knowledge, experience, bonding, and the capability to perform as a prime contractor for construction of the facilities as described above. Interested sources are invited to respond to this Sources Sought Announcement by using the form provided under separate file titled: Sources Sought Information Form. The following information shall be provided: 1) Contractor information: Provide your firm ™s contact information. 2) Type of Business: Identify whether your firm is an SBA certified 8(a), SBA certified HUBZone, certified Service-Disabled Veteran-Owned Small Business concern, Woman-Owned Small Business, or Small Business. 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) Experience: Submit a minimum of three and maximum of five Government or commercial new construction contracts/projects your firm has substantially completed in the last five (5) years, as a prime contractor, that best demonstrate your experience on projects that are similar in size, scope, and complexity to this requirement. Experience must be demonstrated in construction of new aircraft maintenance hangars or similar facility, SAPF spaces, and Portland cement concrete airfield pavement for heavy winged aircraft. All hangar projects must have a minimum construction cost of $50,000,000 and all airfield pavement projects must have a minimum size of 500,000 square feet. All projects must involve new construction of facilities; repair projects will not be considered. For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract final cost, type of work, type of contract, a narrative description of the product/services provided by your firm, and customer information including point of contact, phone number and email address. Recent is defined as having been completed within the five years prior to the Sources Sought Synopsis issuance date. Substantially complete projects are those that are at least 80 percent completed as of the Sources Sought issuance date. Be advised that although substantially complete projects will be considered for market research purposes, if an actual solicitation is announced, all projects submitted in response to the solicitation must be 100 percent complete. 5) Safety: Submit Experience Modification Rates (EMR) and OSHA Days Away from Work, Restricted Duty, or Transfer (DART) rates for the three most recent complete calendar years. 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. This sources sought synopsis is for market research purposes only. The Request for Proposal will define all contract requirements. 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 Sources Sought announcement are due no later than 2:00 p.m. (PST) on January 5, 2017. Please address your response to Naval Facilities Engineering Command Southwest, Central IPT, Attn: Roy P. Layug, Code RAA00.RL, 937 N. Harbor Drive, Bldg 1, 3rd Floor, Room 323, San Diego, CA 92132-5190. You may also email your response to roy.layug@navy.mil. Facsimile submittals will not be accepted. All solicitations for NAVFAC Southwest are available at www.neco.navy.mil and www.fbo.gov beginning with N62473.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247317S3404/listing.html)
 
Document(s)
Attachment
 
File Name: N6247317S3404_N6247317S3404_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247317S3404_N6247317S3404_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247317S3404_N6247317S3404_Sources_Sought_Information_Form.docx

 
File Name: N6247317S3404_N6247317S3404_PLA_INQUIRY_FORM.docx (https://www.neco.navy.mil/synopsis_file/N6247317S3404_N6247317S3404_PLA_INQUIRY_FORM.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247317S3404_N6247317S3404_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.
 
Place of Performance
Address: MARINE CORPS AIR STATION (MCAS) MIRAMAR, SAN DIEGO, CA
Zip Code: 92145
 
Record
SN04345893-W 20161209/161207234410-0c5348cabc065234c83492c31c2fca34 (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.