Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2020 SAM #6722
SOURCES SOUGHT

99 -- Design-Bid-Build (DBB), Building 633 River Water Cooling System, Philadelphia Naval Business Center (PNBC), Philadelphia, PA

Notice Date
4/23/2020 12:54:36 PM
 
Notice Type
Sources Sought
 
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
N4008520R0079
 
Response Due
5/7/2020 12:00:00 PM
 
Archive Date
05/22/2020
 
Point of Contact
Brittany Cristelli, Phone: 7573411978
 
E-Mail Address
brittany.cristelli@navy.mil
(brittany.cristelli@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services for the following: � Design-Bid-Build (DBB), Building 633 River Water Cooling System located at the Philadelphia Naval Business Center (PNBC), Philadelphia, Pennsylvania. The project will repair project replaces 77 year old 50,000 gpm (gallons per minute) river water cooling system with new 8,200 gpm cooling tower with capability to reject heat up to 75 MMBH (Million British Thermal Units per Hour). Adequate cooling water system with capacity to cool up to 8,200 gallons of water per minute with heat rejection of up to 75 MMBH. Cooling water is required to support RDT&E mission performed in the Building 633 Complex, including test and evaluation (T&E) of Columbia Class Program Integrated Power System. The cooling water system needs to provide a reliable source of cooling water on demand, whenever required to support testing, while minimizing environmental impacts. All small businesses, service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. �Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. � 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.� In accordance with FAR 36.204, the magnitude of construction for this project is between $5,000,000 and $10,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.�� This office anticipates award of a contract for these services by September 2020. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) and up to a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. For the purposes of this evaluation, a relevant project is further defined as: Size: A project with a final construction cost of $5,000,000 or greater. Scope: Projects including new construction of cooling tower units with supporting infrastructure. Complexity: Each submitted project does not require demonstrated experience with all of the following components, but collectively, experience with all of the elements below must be established throughout the submitted relevant projects a)� Experience with projects in congested industrial areas with limited construction laydown space. b)� Experience with construction within industrial facility that remains active for production. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award.� Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest.� Large business submittals will not be considered.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.� The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract.� The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable.� All information submitted will be held in a confidential manner and will only be used for the purpose intended.� Points of contact listed may be contacted for the purpose of verifying performance. The package shall be submitted electronically to Brittany Cristelli via email at brittany.cristelli@navy.mil and MUST be limited to a 5Mb attachment.� You are encouraged to request a ""read receipt"" or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Thursday, 7 May 2020 at 15:00 EDT. �LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bedad431ae044f2dace5889c96432661/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN05634735-F 20200425/200423230159 (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 |
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.