SOURCES SOUGHT
Z -- DESIGN BID BUILD AND DESIGN BUILD INDEFINITE DELIVERY INDEFINITE QUANTITY FIRM FIXED PRICE ROOFING MULTIPLE AWARD CONSTRUCTION CONTRACT
- Notice Date
- 11/6/2018
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945019PNDLE
- Response Due
- 11/27/2018
- Archive Date
- 11/27/2019
- Point of Contact
- Yaritza Acton
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. 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. There are no plans or specifications available for this notice. NAVFAC Southeast is looking for responses from interested Prime Contractors. We are not seeking responses from firms interested in subcontracting opportunities. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, security approvals, equipment, capability and bonding capacity to perform. Work will primarily consist of roof system replacements, repairs, and maintenance of various types of existing low-slope and steep slope roofing to include but not limited to: modified bitumen; built-up; metal roofing; waterproof roof coatings; asphalt shingles; roof systems flashings and drainage components; and abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation, and PCB ™s). Single Ply (PVC, TPO, EPDM) roof systems, slate roofing systems and tile roof systems may be included. Projects can be based on design-build, modified design-build or full plans and specifications format. Additionally, the contractor must possess capabilities to provide ancillary mechanical, electrical, and structural support services incidental to roof work including, but not limited to: equipment disconnects and reconnects; service extensions; component replacements; roof deck repairs and replacements; new roof penetrations; masonry repairs; and sealant joint repairs. Work will be for Department of Defense activities primarily located in the Florida Panhandle area managed by NAVFAC SE to include but not limited to: Naval Air Station (NAS) Pensacola, FL; NAS Whiting Field, FL; Naval Support Activity (NSA) Panama City, FL; Navy Operational Support Centers (NOSC) and Naval Outlying Landing Fields (NOLF) in Florida; Alabama; and Mississippi. Contract(s) will be for one (1) five-year ordering period. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $30M over the five-year period. A per contract maximum will not be identified. Task orders will be firm-fixed-price with a minimum value of $150,000 and a maximum value of $6M, however, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest and approved by the Contracting Officer. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 4 or 5 RFPs issued within a 30-day period). NAICS Code: 238160 “ Roofing Contractors, with a Small Business Size Standard of $15 million (M). Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1.Contractor Information: Provide your firm ™s contact information, to include DUNS and Cage Code numbers. 2.Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 3.Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4.Bond Capacity: Provide your surety ™s name, your maximum bonding capacity per individual project, and your aggregate bonding capacity. 5.Experience Submission Requirements: Submit a minimum of three (3) and maximum of five (5) Design Build projects that demonstrate experience in performing efforts of a similar size, scope and complexity to the project description above; and completed within the last five (5) years with an approximate completed value of $750,000 or greater. We are looking for contractors that can self-perform the roofing work. We will not consider projects/contracts for which you sub-contracted the roofing work out to another firm. Each submitted project shall clearly indicate the value for the roofing work. Only individual task orders issued against an IDIQ contract will be considered, we will not consider an IDIQ contract as a whole. Submissions shall contain the following items (a “ g) for each project submitted for consideration. a. Include Contract Number, if applicable b. Indicate whether Prime contractor or Subcontractor c. Contract Value d. Completion Date e. Government/Agency point of contact and current telephone number. f. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and how the contract referenced relates to the project description herein. g. Identify whether your firm used in-house design capacity or used an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 10 pages. Please respond to this announcement by 27 November 2018, NLT 2:00 pm eastern time by submitting your capabilities statement via email to yaritza.acton@navy.mil. The subject line of the email shall read: FL PANHANDLE ROOFING MACC. Emails shall be no more than 10MB in size. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the individual participants.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b4b7036fc44977432600340a45397865)
- Record
- SN05144801-W 20181108/181106231050-b4b7036fc44977432600340a45397865 (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 |