Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

Y -- CONSTRUCTION OF AN CMV-22B AIRCRAFT IMPROVEMENTS NAVAL AIR STATION NORTH ISLAND NAVAL BASE CORONADO CA - Attachment

Notice Date
8/16/2018
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
Solicitation Number
N6247318R1018
 
Response Due
9/17/2018
 
Archive Date
10/2/2018
 
Point of Contact
Diana Price (619) 532-1474
 
E-Mail Address
diana.price@navy.mil
(diana.price@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 CMV-22B Aircraft Improvements 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 237990 (Heavy Horizontal and Civil Engineering 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-Bid-Build Construction Contract for the construction of new airfield paving, parking apron, a wash rack, taxiway, and a helipad in support of VRM-30s CMV-22B squadron at Naval Air Station North Island (NASNI). Apron, taxiway, and helipad will include high heat signature paving. Additional work includes a new 33,277SF forklift maintenance shop, building renovations, laydown area relocation, site preparations, new utility infrastructures, paving and site improvements, and demolition of airfield paving, site improvements, and buildings. 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 the construction of aircraft improvements 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 seven (7) years, which provide experience demonstrating construction of new airfield infrastructure consisting of but not limited to large commercial or military defense aircraft paving, parking apron, wash rack, taxiway and/or helipad, 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 17 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/N6247318R1018/listing.html)
 
Document(s)
Attachment
 
File Name: N6247318R1018_P1018_Sources__Sought_Info__Form.doc (https://www.neco.navy.mil/synopsis_file/N6247318R1018_P1018_Sources__Sought_Info__Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247318R1018_P1018_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.
 
Record
SN05040139-W 20180818/180816231104-d98e525ddb7b1cd99d9e77217776d6b6 (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.