SOURCES SOUGHT
99 -- SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES WITH SECURE SPACES
- Notice Date
- 10/5/2020 2:20:52 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
- ZIP Code
- 92132-5000
- Solicitation Number
- N6247321R1011
- Response Due
- 10/20/2020 2:00:00 PM
- Archive Date
- 10/21/2020
- Point of Contact
- Mariangela Monsalve
- E-Mail Address
-
mariangela.j.monsalv@navy.mil
(mariangela.j.monsalv@navy.mil)
- Description
- 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 Naval Facilities Engineering Command (NAVFAC) 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, Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the overall market research conducted by NAVFAC 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), SBA certified HUBZone Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to perform a MACC for new construction, repair, and renovation of commercial and institutional buildings with secure spaces. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $39.5 million. Task orders issued under the proposed multiple award contract(s) will be performed at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The proposed contract(s) will be for one (1) base period of two (2) years and one (1) option period of six (6) years, resulting in the contract performance period maximum of 8 years. The estimated total contract price for the base period and option period for all contracts combined is $249,000,000. Task order range is estimated between $1,000,000 and $12,000,000. Projects will be design-build or design-bid build for new construction, repair, and/or renovation of commercial and institutional buildings with secure spaces. Examples of relevant commercial and institutional facilities with secure spaces are similar in scope to: administration buildings, command headquarter buildings, operation centers, training facilities, communication facilities, hangars, maintenance/repair facilities, warehouses, and other similar facilities. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The following information shall be provided: 1) Contractor Information: Provide the contact information for your firm, 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, Service-Disabled Veteran-Owned, and/or Women-Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide the name of 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: Submit a minimum of three (3) and a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed as the prime contractor to demonstrate your experience in construction of commercial and institutional buildings with secure spaces as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the seven years prior to the submission due date. All projects shall have a minimum construction cost of $1,000,000 and shall have been constructed and accredited in accordance with ICD/ICS 705. Projects which do not meet these requirements may not be considered relevant.� Additional minimum submission requirements: ---Submit at least one (1) relevant project with a construction cost of $5,000,000 or above. ---Submit at least one (1) relevant project that demonstrates the experience of the Offeror in performing primarily new construction. ---Submit at least one (1) relevant project that demonstrates the experience of the Offeror in performing primarily renovation/repair. ---Submit at least one (1) relevant projects that demonstrate experience in design-build construction. 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 For design-build projects, identify the name and address of the Architect-Engineer firm used to provide design or specify if design was performed in-house. Identify your working relationship with the design firm (i.e., number of years working together). Responses to this Sources Sought announcement shall be submitted electronically to email: Mariangela.j.monsalv@navy.mil �and are due no later than 2:00 p.m. (Pacific Time) on 10/20/2020. Please recognize that the Government system has filters and security measures and early submission is highly recommended. It is the Offeror�s responsibility to ensure that the electronic submissions reaches the initial point of entry to the Government infrastructure and has sufficient time to make its way through any filters or email traffic. All NAVFAC Southwest solicitations are posted on the beta.sam.gov website at https://beta.sam.gov under Contract Opportunities and begin with N62473.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/26368647d1294920adf36b513c492c73/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN05819181-F 20201007/201005230143 (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 |