SOURCES SOUGHT
Z -- Electrical Services
- Notice Date
- 11/2/2020 7:28:25 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R0035
- Response Due
- 11/12/2020 1:00:00 PM
- Archive Date
- 11/27/2020
- Point of Contact
- Melissa Lynn Willis, Phone: 8128546864, Fax: 8128543800
- E-Mail Address
-
melissa.willis1@navy.mil
(melissa.willis1@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. The intent of this notice is to identify potential offerors to determine if the solicitation will be set-aside and the applicable set-aside.� The Solicitation Number for this announcement is N40085-21-R-0035; The Naval Facilities Engineering Systems �Command, MIDLANT, PWD Crane, is currently seeking potential sources for an indefinite-delivery/indefinite-quantity (IDIQ) type contract for accomplishment.� It is the Government�s intent to utilize the contract resulting from this solicitation to accomplish electrical utility work, both high voltage and interior building electrical distribution, via an IDIQ contract. �Work to be ordered via task orders will include various interior and exterior electrical �maintenance and repair, emergency calls and repairs, installation of interior electrical work, fiber installation and repairs, and electrical utility systems, including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations and substations equipment, overhead transmission and distribution systems, generators, trenching, concrete, asphalt, isolation switches, earthwork, clearing and grubbing, seeding, asbestos removal that is part of electrical utility work.� This contract does not include interior electrical work, electrical utility work, generators, etc. that are to be installed to support new building construction and major repairs or renovations to existing facilities.� The work is located at Naval Support Activity, (NSA), Crane, and Glendora Test Facility, Sullivan, Indiana.� The proposed solicitation will contain provisions for a 12-month base period plus two 12-month option periods, to be exercised at the Government�s discretion.� The term of the contract shall not exceed 36 months and will have a one-time guaranteed minimum of $2,500.00 with a contract maximum of $20,000,000.00.��� Historically, task orders have typically ranged in size from $2,500.00 to $4,000,000.00 with the average being $271,000.00.� Note: �Historical data is provided for informational purposes only and does not guarantee the value of orders issued on the proposed solicitation.� Low Price Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. The NAICS Code for this solicitation is 238210, Electrical Contractors & Other Wiring Installation Contractors. �The Small Business Size Standard is $16.5 M. Under Federal Acquisition Regulations (FAR) guidelines if the solicitation is set-aside for any type of small business, the prime contractor must not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded.� Contractors shall be licensed by the State of Indiana to provide electrical construction and repair services.�� Under Federal Acquisition Regulations (FAR) guidelines if the solicitation is not set-aside for any type of small business, the prime contractor will be required to provide and comply with a small business-subcontracting plan that meets the goals specified in the solicitation. Sources are sought from 8(a) firms with a bona find place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, & Wisconsin SBA District Offices.� Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Women Owned Small Business (WOSB), or small business concerns.� The type of set-aside to be issued will depend upon the responses to this sources sought synopsis.� The Government must ensure there is adequate competition among the potential pool of contractors.� Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, WOSB, or small businesses should indicate their interest to the Contracting Officer in writing by providing a Statement of Qualifications.� The Statement of Qualifications shall include the following information:�� (a) a copy of the certificate issued by the SBA of your qualifications as a� 8(a) Region �V� contractor, HUBZone concern,� or WOSB concern ; SDVOSB must also provide documentation of their status,; (b) describe your partnering, teaming or joint venture intentions; (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor; (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers; (e) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.); and (f)� describe specific portions of this type of effort your company intends to subcontract.� ���All of the above must be submitted in sufficient detail for a decision to be made on availability of interested 8(a) Region �V�, SDVOSB, HUBZone concerns, WOSB, or small business concerns.� Failure to submit all information requested will result in a contractor not being considered as an interested 8(a), SDVOSB, HUBZone, WOSB, or small business concern. If adequate interest is not received from any of the above categories this solicitation will be issued as a competitive unrestricted procurement.� Anticipate the solicitation will be released on or about December 14, 2020 with proposals due no sooner than 30 days after the solicitation is released.� In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies.� The Solicitation once issued will be available for download free of charge via the Internet on the Contract Opportunities page at: https://beta.sam.gov/ The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to the proposal due date. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov.� Registration in SAM is free.� All contractual and technical inquires shall be submitted via electronic mail to melissa.willis1@navy.mil.� �The due date for responses to this Sources Sought Notice is November 12, 2020.� Responses may be submitted under Solicitation Number N4008521R0035 via email to melissa.willis1@navy.mil or sent to NAVFAC Mid-Atlantic PWD Crane, Attention: Melissa Willis, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror�s Statement of Qualifications shall be received no later than 4:00 p.m. (EDT) on 12 November 2020. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/20cbfe63668c4935a73df947f7d7c4fe/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN05844095-F 20201104/201102230148 (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 |