SOURCES SOUGHT
99 -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR RENOVATION, REPAIR, AND NEW CONSTRUCTION, OF MEDICAL FACILITY CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, NM, WA, AND HI
- Notice Date
- 12/10/2020 2:06:25 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
- N6247321RMED1
- Response Due
- 1/7/2021 5:00:00 AM
- Archive Date
- 01/22/2021
- Point of Contact
- Mica C. Paulson
- E-Mail Address
-
mica.paulson@navy.mil
(mica.paulson@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 Navy 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 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 multiple award construction contract for repair, renovation, and new construction of medical treatment facilities. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $36.5 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, New Mexico, Washington and Hawaii. 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 (2) option period of three (3) 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 $999,000,000. Task order range is estimated between $15,000,000 and $100,000,000. Projects will consist of design-build or design-bid build of primarily repair and/or renovation, and some new construction of Medical Treatment Facilities.� For the purposes of this evaluation, �Medical Treatment Facilities� are hospitals, ambulatory care centers, medical and dental clinics, and medical research laboratories. The scope of work may vary from site to site and will require extensive knowledge of the functional operation of medical equipment, facility support systems and building structures. Project scope may include, but is not limited to architectural, civil, structural, mechanical, electrical, low-voltage, plumbing, fire protection, equipment, furnishings, security and safety of medical facilities. For renovation/repair projects, the facilities will be in full operation. The contractor will be required to minimize interference with daily operation of the facilities and will be required to comply with requirements of a number of regulatory and accrediting bodies such as the Joint Commission and construction requirements such as infection control, life safety and applicable codes and Uniform Facilities Criteria (UFC). 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) Submit a maximum of five (5) recent projects your firm has performed on demonstrating your experience with Medical Treatment Facilities as indicated in this announcement. 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. Recent is defined as having been 100% completed within the seven (7) years prior to the submission due date. All projects shall have a minimum construction cost of $15,000,000. Projects which do not meet these requirements may not be considered relevant. Provide the title, location, indicate role (prime contractor or subcontractor), award and completion date, dollar value of the contract/project, type of work, scope of work, brief description of how the referenced contract/project relates to the work being sought, and customer information including point of contact (phone number and email address). Additional minimum submission requirements: � ---Submit at least three (3) relevant projects that demonstrate experience in design-bid-build construction. ---Submit at least one (1) relevant project that demonstrates experience in design-build construction. ---Submit at least two (2) relevant projects that demonstrate experience in performing multi-phased additions or multi-phased renovations to an existing Medical Treatment Facility performed within a continually operational facility that have to comply with infection control, life safety, and interim life safety measures in accordance with The Joint Commission (TJC) and address noise/vibration control issues. ---Submit at least three (3) relevant project that demonstrate experience in primarily new construction of medical facilities. Note: A single project may satisfy more than one of the above minimum requirements. 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 A-E 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 are due no later than 2:00 p.m. (Pacific Time) on 8 January 2021. Please email your response to mica.paulson@navy.mil. All NAVFAC Southwest solicitations are posted on the Federal Contract Opportunities website located at https://beta.sam.gov and begin with N62473.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6d5c8c4e2fab4b90a6ddae8501eea817/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN05871710-F 20201212/201210230145 (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 |