SOURCES SOUGHT
Z -- IDIQ JOC UNDER NAICS 237110, MCB CAMP PENDLETON AND NWS SEAL BEACH AREAS OF RESPONSIBILITY UNDER THE AUTHORITY OF NAVFAC SOUTHWEST
- Notice Date
- 12/11/2018
- Notice Type
- Synopsis
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE ATTN FOCAS 1220 Pacific Highway San Diego, CA
- ZIP Code
- 92132
- Solicitation Number
- N6247319R2607
- Response Due
- 1/31/2019
- Archive Date
- 2/15/2019
- Point of Contact
- BRAD CRAWFORD, 619-532-3671
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) JOB ORDER CONTRACT (JOC) UNDER NAICS 237110 FOR WATER AND SEWER LINE AND RELATED STRUCTURES ALTERATIONS, REPAIRS AND CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED WITHIN THE MARINE CORPS BASE (MCB) CAMP PENDLETON, CA AND NAVAL WEAPONS STATION (NWS) SEAL BEACH, CA AREAS OF RESPONSIBILITY This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. 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, Economically Disadvantaged Women Owned Small Businesses, and/or Service Disabled Veteran Owned Small Businesses. This Sources Sought Synopsis is one facet in the Governments overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. 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 this market research. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Economically Disadvantaged Women Owned Small Business, and/or Service Disabled Veteran Owned Small Business sources with current and relevant experience, personnel, and capability to perform a multiple award construction contract for demolition projects. The North American Industry Classification System (NAICS) Code is 237110 (Water and Sewer Line and Related Structures Construction) with a Small Business Size Standard of $36.5 million. Task orders issued under the proposed IDIQ JOC contract will be performed at various Government installations within the MCB Camp Pendleton and NWS Seal Beach areas of responsibility. Any proposed contract will have a maximum performance period of five (5) years. The estimated total contract price is $20,000,000. Task order range is estimated between $2,000 and $750,000. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of water and sewer lines, mains, pumping stations, treatment plants, and storage tanks. Interested sources are invited to respond to this sources sought announcement by providing the following information on corporate letterhead: 1) Contractor Information: Provide your firms contact information, including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, and/or SDVOSB concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/. 3) Bonding Capacity: Provide your surety name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify the locations in which you are willing and capable to work. 5) Experience: Using the form provided, submit a maximum five (5) government or commercial projects that demonstrate your firm s experience self-performing alterations, repairs, or construction of water and sewer lines, as indicated in this announcement, with a minimum cost of $150,000. All submitted projects shall be 100% complete within the prior 5-year period (based on the submission due date). Projects performed by subcontractors will not be considered. For each of the projects submitted for experience evaluation, provide the following: title and location award and completion dates contract or subcontract value type of work for overall project current customer information including point of contact, phone number, and email address whether the work was performed as a prime or subcontractor type of contract (Design Build or Design Bid Build see Sources Sought Information Form) narrative project description description of the work that was self performed by your firm, including the percentage of contract value your firm self performed. 6) Safety: Use the Safety Data Sheet to submit Experience Modification Rates (EMRs), OSHA Days Away from Work, Restricted Duty, or Transfer (DART) Rate, and Total Recordable Case (TRC) Rate for each of calendar years 2016, 2017, and 2018 TO DATE. For any EMR above 1.0, DART rate above 3.0, or any TRC above 4.5 provide an explanation to address the reasons for the rate and extenuating circumstances that affected the rate. Instructions for calculating the DART and TRC rates can be found at http://www.bls.gov/iif/osheval.htm. If you have no EMR, explain why. Responses to this Sources Sought announcement are due no later than 2:00 p.m. local San Diego, California time on January 31, 2019. Please address your response to NAVFAC Southwest, CI ACQ Core FOCAS Team, Attn: Brad Crawford, 1220 Pacific Highway, Building 127, San Diego, CA 92132. You may also email your response to bradley.crawford@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with N62473. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247319R2607/listing.html)
- Record
- SN05171448-F 20181213/181211230021 (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 |