SOURCES SOUGHT
Z -- Design-Build, Design-Bid-Build IDIQ Multiple Award Contract (MAC) for Mechanical Construction at Naval Facilities Engineering Command Mid-Atlantic (NAVFAC ML) Naval Support Activity Crane, IN and Glendora Test Facity, Sullivan, IN
- Notice Date
- 1/2/2020 11:54:14 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008519R9244
- Response Due
- 1/16/2020 11:00:00 AM
- Archive Date
- 01/31/2020
- Point of Contact
- Gary Milton, Contract Specialist, Phone: 7573412074, Maurice N. Muse, Contract Specialist, Phone: 7573411652
- E-Mail Address
-
gary.milton1@navy.mil, maurice.muse@navy.mil
(gary.milton1@navy.mil, maurice.muse@navy.mil)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential offerors of an Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Build/Design-Bid-Build Multiple Award Construction Contract (MACC) for Mechanical Construction, Crane. PROJECT DESCRIPTION:� Construction projects to be performed under construction projects that include, but are not limited to, mechanical construction, corrective and preventative maintenance/repairs, renovation of mechanical system projects and service call/repairs of various mechanical systems.� Work requirements may include existing heating, ventilating, and air conditioning (HVAC) and plumbing systems and associated components including equipment replacements and incidental related work.� Work on Variable Refrigerant Flow (VF) systems, HVAC controls, Direct Digital Controls (DDC) and Pneumatic Controls, including associated electrical hookups and building distribution systems may, be required.� Individual task orders may also include work for other building related mechanical support systems such as those for compressed air, steam, hot water, process water and industrial ventilation.� Hazardous material abatement, including but not limited to asbestos, lead, cadmium, chromium and polychlorinated biphenyls (PCBs) may be required.� Work in and around explosive facilities will be required.� Offerors are advised that NSA Crane is located in a remote, rural area of southwestern Indiana with a limited number of subcontractors in the local area.� NSA Crane is located approximately 80 miles from Indianapolis, IN; 80 miles from Evansville, IN; and 100 miles from Louisville, KY.�� The initial project (�seed project�) that will be awarded as the first task order concurrently with the basic contract is Building 3227 HVAC Addition.� The new design will add two exterior gas?fired, DX cooling air handlers to serve the two zones in the east bay.� Building 3227 was originally built in 1992.� Original drawings are available. The building was later combined with building 3223 with a center bay built between them. The building official goes by 3227, however, both building numbers are still visible. This solicitation will be advertised as ""Unrestricted"" for full and open competition. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, tradeoff.� The basis for evaluation and evaluation factors for award will be included in the solicitation. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238220 � Plumbing, Heating, and Air-Conditioning Contractors, and the Small Business Size Standard is $16,500,000.� Estimated construction cost for all contracts awarded under the MACC for all years is not to exceed $40,000,000.00. Projects awarded on this MACC will have an estimated construction cost of approximately $2,000 to $2,500,000; however, smaller and larger dollar value projects may be considered, if deemed to be in the Government�s best interest and approved by the Contracting Officer. Estimated cost of the seed project is between $250,000 to $500,000. Five MACCs will be awarded, unless the Source Selection Authority (SSA) determines that a number more or less than five is in the best interest of the Government. The contract term will be a base period of (1) year from the date of contract award with four (4) one-year option periods. Large business concerns are required to submit a subcontracting plan prior to award of the contract. Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis Bacon Act (DBA)) work. A Sources Sought notice was issued on 3 September 2019 to determine the capability of small businesses to perform the requirement.� Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation.� A DD2579 Small Business Coordination Record recommending full and open competition was approved by the NAVFAC MIDLANT Deputy for Small Business on 22 October 2019.� On 22 October 2019, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The drawings and specifications for this project will be posted with the solicitation and are not available at this time.� The Request for Proposal (RFP) will be issued on or after 16 January 2020 to beta.sam.gov website.� Contractors are encouraged to register for the solicitation when downloading from the website.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Gary Milton at gary.milton1@navy.mil.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/78701988afc9447b98a98e8c5007f423/view)
- Place of Performance
- Address: Crane, IN, USA
- Country: USA
- Country: USA
- Record
- SN05526288-F 20200104/200102230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |