Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2022 SAM #7638
SOURCES SOUGHT

Z -- Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily in the Hampton Roads Area of Responsibility (AOR)

Notice Date
10/27/2022 10:19:01 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2543
 
Response Due
11/10/2022 11:00:00 AM
 
Archive Date
12/30/2022
 
Point of Contact
Demetrice Jenkins, Phone: 7573411973, Holly Snow
 
E-Mail Address
demetrice.jenkins2.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil
(demetrice.jenkins2.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal or invitation for bid.� There will not be a solicitation, specifications or drawings available at this time.� The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for Service Disabled Veteran Owned Small Business (SDVOSB) for the upcoming Request for Proposals (RFP) for General Construction Services. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible, Service-Disabled Veteran-Owned Small Businesses, capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily in the Hampton Roads Area of Responsibility (AOR) and some work in Mid-Atlantic Region Marine Corp and North East AOR. This contract will require the ability to manage multiple task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, demolition, repair, replacement, modification, new construction, and renovation of buildings, systems and infrastructure for various facilities.� Types of facilities may include, but are not limited to, administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, roads, etc.� The projects may include Civil, Environmental, Geo-technical, Structural, Architectural, Mechanical� including Heating Ventilating and Air Conditioning (HVAC) systems, Electrical, Plumbing, Fire Protection system, Tele-data Communication and Cyber Security System,. Projects may also include specialty requirements such as ICD-705 compliant secure space systems, Furniture, Fixtures and Equipment (FF& E) Installation and Elevator upgrades. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. It is anticipated up to five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $50,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $200,000 to $1,000,000; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $5,000,000 and an aggregate bonding capacity of $10,000,000. Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, life safety codes, and environmental regulations as outlined at: http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc The primary North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction and the annual size standard is $15,000,000.�� The contract(s) will include FAR clause 52.219-14 Limitations on� Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC. A relevant project is further defined as: Size: A final construction cost of $500,000 or greater. At least one (1) project must have a final construction cost of $3,000,000 or greater. Scope/Complexity: Individual projects shall demonstrate experience with the following: ����������� New building construction of a building(s) incorporating most of the common building systems including� civil, structural, architectural, heating, ventilating, air conditioning, electrical, plumbing and fire protection system and architectural finishes. ����������� Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures. Note: Projects submitted that only include horizontal or civil site work will NOT be considered relevant. Additionally, submitted relevant projects shall demonstrate the following characteristics: a)�������� Offerors shall have acted as the prime contractor on submitted projects. Offeror�s experience performing as a subcontractor will not be considered. �Offeror� is defined as the prime contractor proposing on this procurement as well as their proposed first-tier small business subcontractors, joint venture partners or any other significant team member identified in the proposal with supporting joint venture agreement, partnership agreement, teaming agreement, or letter of commitment. b)�������� Experience with both new construction (at least one (1) project) and renovation (at least one (1) project). c)�������� Experience with design-build (at least one (1) project). Ensure that the project description clearly identifies whether or not the project is new construction or renovation and that it also clearly addresses how the project meets each of the scope/complexity requirements. Projects primarily composed of Civil/Horizontal work, where it is unclear what portion of the final construction cost was for such work vice other disciplines, will be considered Not Relevant. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 10 NOVEMBER 2022 at 1400 Eastern Standard Time.� LATE SUBMISSIONS MAY NOT BE ACCEPTED. The package shall be sent via electronic mail to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil. Attachments are limited to a total of 5MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85678b49f4454f8fa183eed4a2d77532/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN06504754-F 20221029/221027230109 (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.