Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2020 SAM #6922
SOURCES SOUGHT

99 -- Design-Build Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast

Notice Date
11/9/2020 8:40:47 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
N6945021CCKTX
 
Response Due
12/1/2020 11:00:00 AM
 
Archive Date
12/16/2020
 
Point of Contact
Dennis P Bourgault, Phone: 9045426686
 
E-Mail Address
dennis.bourgault@navy.mil
(dennis.bourgault@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the Naval Facilities Engineering Command Southeast (NAVFAC SE). The majority of the work will be concentrated in, but not limited to, Corpus Christi and Kingsville, TX. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND 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. In order to protect the procurement integrity of any future procurement, if any, 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. There are no plans or specifications available for this notice. NAVFAC SE is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, security approvals, equipment, capability and bonding capacity to perform. ����������� The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including, but not limited to, �industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory and community support facilities for Department of Defense (DoD) activities in the Corpus Christi and Kingsville, Texas areas managed by NAVFAC SE.� Work may be required in other areas in the area of responsibility of NAVFAC SE if deemed necessary and approved by the NAVFAC SE Chief of Contracts. Projects will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. Projects can be based on design-build, modified design-build or full plans and specifications format. Contract(s) will be for a five-year ordering period, with an aggregate value of all contracts awarded from any resultant solicitation of $99 million (M) over the five years. A per contract maximum will not be identified. Task orders will be Firm Fixed Price (FFP), with a minimum value of $200,000 and a maximum value of $6M; however, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest and approved by the Contracting Officer. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e., four or five RFPs issued within a 30-day period). The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $39.5M. Under the FAR 52.219-14, Limitations of Subcontracting, guidelines, the prime contractor must have the capability to perform at least 15 percent of the cost of the contract work with its own employees. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1. Contractor Information: Provide your firm�s contact information, to include DUNS and Cage Code numbers. 2. Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 3. Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Small Businesses (SB). If you are an 8(a) or HUBZone firm, provide proof of SBA certification. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4. Bond Capacity: Provide your surety�s name, your maximum bonding capacity per individual project, and your aggregate bonding capacity. 5. Experience Submission Requirements: Prime Contractors shall submit a minimum of three (3) and maximum of five Design Build projects that demonstrate multi-discipline architectural engineering experience in performing efforts of a similar size, scope and complexity to the project description above (construction, renovation, alteration, demolitions and repair work including the necessary design). Projects shall have been completed within the last five (5) years with a completed contract value of $1,000,000 or greater. Contracts with Federal, State or local Government, and/or commercial customers will be accepted. Submissions shall contain the following items for each project submitted for consideration: a. Include Contract Number, if applicable; b. Indicate whether Prime contractor or Subcontractor; c. Contract Value; d. Completion Date; e. Government/Agency point of contact and current telephone number; f. Project Description. For all submitted projects, the description of the project shall clearly describe the scope of work performed and the relevancy to the project requirements of this announcement (i.e., unique features, area, construction methods, descriptions of those features). In addition, the description should also address any sustainable features for the project, including specific descriptions of those features; and g. Identify whether your firm used in-house design capacity or used an Architect-Engineer (A/E) firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). The complete submission package shall not exceed 10 pages. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. 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. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. 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. Please respond to this announcement by 01 December 2020, 2:00 pm Eastern time by submitting your capabilities Statement via email to dennis.bourgault@navy.mil. The subject line of the email shall read: CORPUS CHRISTI/KINGSVILLE MACC. Emails shall be no more than 10MB in size. If additional space is needed, more than one email may be sent. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/58357080cf034850bbe835f1808faf3b/view)
 
Place of Performance
Address: TX, USA
Country: USA
 
Record
SN05849794-F 20201111/201109230142 (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.