Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2017 FBO #5585
DOCUMENT

Y -- Sources Sought Indefinite Delivery Indefinite Quantity for renovation and repair construction for NAVFAC MIDLANT PWD FEAD at JEBLCFS Virginia Beach, Virginia. - Attachment

Notice Date
3/7/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD Little Creek Facilities Engineering, Acquisition Division 1450 Gator Boulevard Suite 150 Virginia Beach, VA
 
Solicitation Number
N4008517R0100
 
Response Due
3/22/2017
 
Archive Date
4/6/2017
 
Point of Contact
Amy Keiler at amy.keiler@navy.mil and Chirine Johnson at chirine.johnson@navy.mil
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Naval Facilities Engineering Command (NAVFAC) MID-ATLANTIC (MIDLANT), Public Works Department (PWD), Facilities Engineering Acquisition Division (FEAD), Joint Expeditionary Base Little Creek-Fort Story (JEBLCFS) Market Research for the establishment of 8(A) sole sources Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. This Sources Sought is not a request for proposals nor does it constitute a statement of a current government requirement. The anticipated procurement is for renovation and repair construction services for various types of facilities located at JEBLCFS. The establishment of the IDIQs is anticipated to be a small business or 8(A) set-aside. It is anticipated that this acquisition will result in at least three (3) but not to exceed five (5) Firm Fixed Price (FFP) IDIQ contracts. Task Orders awarded will vary in magnitude from a minimum dollar amount of $2,000.00 to a maximum of $1,000,000.00 per task. The projected total contract value is $4,000,000.00 for a base period of twelve (12) months with four (4) twelve (12) month option periods for an overall anticipated term of five (5) years. Each successful offeror will be required to provide all labor, material, supplies, transportation, supervision, and all other necessary items to perform a full spectrum of construction activities including; standard construction (Bid-Build) and Design / Build (D/B) delivery methods to successfully deliver new construction, repair and alterations, and demolition of Base facilities and infrastructure projects. The intent of the IDIQs is to provide NAVFAC MIDLANT with a stream lined contract that is flexible and responsive to meet reoccurring construction services: Specialized work involving paving, roofing, HVAC, and general utilities but may include historic preservation, environmental constraints; including abatement of regulated or hazardous materials, building demolition, and construction involving hazardous or contaminated components of facilities, fuel systems, and infrastructure may be required. Common facilities found on components on JEBLCFS include aircraft hangars, family housing, administrative and industrial buildings, utilities and roads, and waterfront facilities. Common trades required may include carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, and other trades common to the construction industry. Contractors will be required to perform and execute construction services utilizing trades in multiple disciplines for various types of construction renovation projects. The anticipated IDIQs will incorporate the ability of the Government to perform Performance Based Contracting (PBC) Orders. These orders will give the Government the ability to issue requirements under the Government Purchase Program utilizing the credit card. The IDIQ contractor may be requested to Scope and Estimate work by an authorized Government user via a Government Purchase Card (GPC). GPC requests for Statement of Work / Cost Proposal shall be for work estimated at less than $150,000.00. The rate charged under the PBC request shall not exceed 8 hours @ the contract unit price of $125.00 per hour for a total cost per Cost Proposal / Statement of Work of $ 1,000.00. IDIQ contractors will be expected to provide a general description of the project or work within 10 calendar days of the PBC order. The anticipated Statement of Work (SOW) shall include all job requirements necessary to provide a complete and useable facility or product. It shall include any material selections, sketches, procedures, and special scheduling necessary to adequately detail the work to be accomplished. The Contractor shall also provide a Cost Proposal, based on the most current Davis Bacon Wage Determination, for the construction project. The Government does not guarantee that the Statement of Work and Cost Proposal price will be performed by the Contractor. It is not anticipated that any of the projects will require professional Architect/Engineer Services. If the Contractor, upon review of the requirements, determines that a formal design is required, he will notify the Government representative prior to proceeding. If the Government requests the Contractor to perform the Statement of Work, the cost of the Statement of Work and Cost Proposal shall be deducted from the cost of construction. The above services will be procured through use of the (GPC) Government Purchase Card. The executions of simultaneous Task Orders (TOs) are expected and may be required during the performance of this contract. Desired capabilities and qualifications include: - Expertise in construction related services and Design/Build construction - The ability to augment the firm ™s capabilities with high performing specialty team members, or subcontractors - The extent of work that will be self-performed - Experience working in remote locations with harsh seasonal weather conditions - Evidence demonstrating ability to work on multiple projects at different sites. (Please provide at least two (2) relevant projects within the last five (5) years demonstrating the construction activities listed above between the range of $2,000.00 to $1,000,000.00.) - Bonding capability up to $2,000,000.00 Interested contractors should respond by registering on the Interested Vendor List for this procurement. This notice is issued for the purpose of Market Research in accordance with FAR Part 10. All written responses must include a written narrative of capability, including technical information demonstrating the ability to meet the above requirements. The responses must be sufficient to permit agency analysis to establish a bona-fide capability to meet the requirement. Responses are limited to no more than 10 pages. Cover sheets, organization charts, and business size/classification documentation are excluded from the page count. Please provide in your response the firm ™s business size, and classification. A positive statement of the firm ™s intent to submit a proposal for the anticipated contract solicitation as a prime contractor is requested. Affirmative written responses must be received no later than 15 days after the publication of this notice. All questions regarding this notification shall be submitted in writing to Amy Keiler at amy.keiler@navy.mil and Chirine Johnson at chirine.johson@navy.mil. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470LC/N4008517R0100/listing.html)
 
Document(s)
Attachment
 
File Name: N4008517R0100_Sources_Sought_IDIQ_JEBLCFS.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R0100_Sources_Sought_IDIQ_JEBLCFS.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R0100_Sources_Sought_IDIQ_JEBLCFS.pdf

 
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: Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia
Zip Code: 23459
 
Record
SN04426742-W 20170309/170307235610-4152b6d593219d4729386dc0e73bb291 (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.