SOURCES SOUGHT
Y -- DESIGN BUILD CONSTRUCTION PROJECT HURRICANE MARIA COMMUNICATIONS FACILITY AND CONTINGENCY RESPONSE FACILITY AT MU�IZ AIR NATIONAL GUARD BASE, ISLA VERDE, PUERTO RICO
- Notice Date
- 10/21/2020 3:51:41 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945021R0004
- Response Due
- 11/5/2020 11:00:00 AM
- Archive Date
- 11/20/2020
- Point of Contact
- Tiffany Tatham, Rebecca Jones
- E-Mail Address
-
tiffany.tatham@navy.mil, rebecca.m.jones@navy.mil
(tiffany.tatham@navy.mil, rebecca.m.jones@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BUILD CONSTRUCTION PROJECT HURRICANE MARIA COMMUNICATIONS FACILITY AND CONTINGENCY RESPONSE FACILITY AT MU�IZ AIR NATIONAL GUARD BASE, ISLA VERDE, PUERTO RICO. THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID.� 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 currently available.� In order to protect the procurement integrity of any future procurement 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.� The solicitation number is anticipated to be N69450-21-R-0004. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB).� Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project.� The type of solicitation to be issued will depend upon responses to this sources sought notice.� The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement Project Description: Construct a Communications Facility utilizing conventional design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1- 200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements: Reinforced concrete foundation, relocate communications switch, standby power generator. � Construct a Contingency Response and deployment processing facility with associated administrative, shop, and high-bay warehouse utilizing conventional design and construction methods to accommodate the mission of the facility. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements: The base has moderate soil conditions and a high underground water table. The proposed building site requires reinforced foundations, drainage improvements, pavements and utilities upgrades. Any resultant contract will be firm-fixed price.� The North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $39.5 million.� Project Magnitude is between $25,000,000 and $100,000,000.� Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is 4th Quarter FY 2021. Industry will be notified of the results of this evaluation and set-aside determination via the pre-solicitation/ synopsis notice. Interested sources are invited to respond to this sources sought announcement.� Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6).� Complete submission package shall not exceed 10 pages.� The information that must be contained in your response is as follows: 1) �Contractor Information: Name and address of company, point of contact with phone number and email address. 2) �Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) �Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $20 Million, and the maximum aggregate bonding. 4) �System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier (formerly DUNS Number).� 5) Interest: Indicate if a solicitation is issued, will your firm/company be submitting a proposal:� _____ Yes�������� ______No. 6) Experience Submission Requirements:� Responders shall submit a minimum of one (1) and a maximum of (3) Design/Build or Design/Bid/Build projects that are similar in size, scope and complexity to the proposed project description and demonstrate experience as the prime contractor.� At least one project shall feature long-span steel construction (i.e. hangars, high bay warehouses, sport arenas, etc.) with a contract value of approximately $10,000,000 or greater.� At least one submitted project shall have been constructed in Puerto Rico. Projects submitted must have been completed within the last ten (10) years. � Submissions shall contain the following items below (a � g) for each project submitted for consideration.� � Include Contract Number, if applicable Indicate whether Prime contractor or Subcontractor Contract Value Completion Date Government/Agency point of contact and current telephone number. 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. 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). A project is defined as a construction project performed under a single task order or contract.� For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.� Interested parties should respond no later than 5 November 2020, 2:00 pm EST via email to tiffany.tatham@navy.mil and rebecca.m.jones@navy.mil.� The subject line of the email shall read: Hurricane Maria Communications Facility and Contingency Response Facility at Mu�iz Air National Guard Base, Isla Verde, Puerto Rico.� Emails shall be no more than 5 MB in size.� Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.� Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a23c02aaa3f473d8e10e41627d3147b/view)
- Place of Performance
- Address: PR, USA
- Country: USA
- Country: USA
- Record
- SN05834963-F 20201023/201021230142 (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 |