DOCUMENT
Y -- FIRM FIXED PRICE DESIGN BUILD CONTRACT FOR THE CONSTRUCTION OF AN AIRCRAFT PAINT COMPLEX AT NAVAL BASE CORONADO, CA - Attachment
- Notice Date
- 8/10/2018
- 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
- N6247318R1022
- Response Due
- 9/10/2018
- Archive Date
- 9/25/2018
- Point of Contact
- Diana Price (619) 532-1474
- E-Mail Address
-
diana.price@navy.mil
(diana.price@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY. This is a Sources Sought Synopsis announcement for market research in support of the design-build construction project for Construction of an Aircraft Paint Complex at the US Navy s Naval Air Station North Island in Coronado, 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 NECO and Federal Business Opportunities. 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 design and construction of state of the art Paint and Corrosion Control facilities to include provision of two new buildings, a paint facility and a corrosion facility, a new wash rack and a heat resistant aircraft access ramp. The buildings will consist of high bay areas sized similarly to existing facilities on site and designed to handle the aircraft requirements at Fleet Readiness Center Southwest (FRCSW) North Island. The facility is primarily intended to handle an entire aircraft MV22, F-18 and H-60 helicopter corrosion issues and repainting. The Paint Building will consist of four bays, divisible by retracting panels to eight bays. The corrosion facility shall consist of 2 bays that are not divisible. The estimated total contract price range, per DFARS 236.204 (ii) is between $25,000,000 and $100,000,000. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a contract for design and construction to erect the Aircraft Paint Complex as described above. Interested sources are invited to respond to this Sources Sought Announcement by using the form provided under file titled Sources Sought Information Form, provide the following information: 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 maximum of five Government or commercial contracts/projects your firm has substantially completed in the last five (5) years, which provide experience demonstrating construction of new facilities used for office, administrative, testing, warehousing, secure compartmented information facilities (SCIF), or open secure storage facilities in a coastal environment, with a minimum cost of $40,000,000. 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 value, 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. Substantially complete projects are those that are at least 80% completed. 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% complete.. If the design was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house and contract completion date. Indicate whether you have an established working relationship with the design firm. This sources sought synopsis is for market research purposes only. The Request for Proposal will define all contract requirements. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (PDT) on 10 September 2018. Please address your response to NAVFAC Southwest, Capital Improvements Acquisition Core, Attn: Diana Price, 1220 Pacific Highway, Building 127, San Diego, CA. You may also email your response to diana.price@navy.mil. 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/N68711A3/N6247318R1022/listing.html)
- Document(s)
- Attachment
- File Name: N6247318R1022_N6247318R1022_Sources__Sought_Info__Form.doc (https://www.neco.navy.mil/synopsis_file/N6247318R1022_N6247318R1022_Sources__Sought_Info__Form.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6247318R1022_N6247318R1022_Sources__Sought_Info__Form.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247318R1022_N6247318R1022_Sources__Sought_Info__Form.doc (https://www.neco.navy.mil/synopsis_file/N6247318R1022_N6247318R1022_Sources__Sought_Info__Form.doc)
- Record
- SN05031240-W 20180812/180810230744-09da6bf312edca4f2fbe4d63c95d7189 (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 |