Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2023 SAM #7801
SOURCES SOUGHT

Z -- NAS KEY WEST AIRFIELD REPAIRS, KEY WEST, FL

Notice Date
4/5/2023 4:38:21 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945023R0049
 
Response Due
4/19/2023 11:00:00 AM
 
Point of Contact
JOHN MACK, Lindsay Betteridge
 
E-Mail Address
john.e.mack5.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(john.e.mack5.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR A DESIGN-BID-BUILD CONSTRUCTION PROJECT TO REPAIR RUNWAYS AND TAXIWAYS, NAVAL AIR STATION (NAS) KEY WEST, FL. 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 anticipated solicitation number is N6945023R0049. The purpose of this notice is for the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) 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: This project will repair approximately 702,049 SY of airfield runway, overrun, and taxiway pavement surfaces, to include milling, resurfacing, joint sealing, and full depth repair where required. More specifically, the work will include mill and resurface Runways 4-22, 08-26, 14-32 to include overruns, blast pavement, and shoulders, as well as mill and resurface Taxiways A, B, C, D, E, F, G, and M to include shoulders and pavement slope drop off correction where required. New airfield markings will be applied in accordance with current regulations. The performance period for this contract will be 730 calendar days.� The magnitude of construction is between $25,000,000 and $100,000,000.� The North American Industry Classification System (NAICS) Code for this solicitation is 237310 - Highway, Street, and Bridge Construction, PSC Z2BD - Repair or Alteration of Airport Runways and Taxiways with a Small Business Size Standard of $45 million (M). 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 Second Quarter FY 24. 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 4 pages.� The information which 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 237310 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 $25 Million per project, 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 provide a minimum of two (2) to a maximum of three (3) projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of specific capabilities listed below: Demonstrate Prime Contractor experience constructing airfield runway paving that was self-performed; must have been completed and accredited/certified within the last seven years, have a value of approximately $10,000,000 or greater; and were similar in size, scope and complexity to the proposed runway repairs. � Provide a brief description including completion date and final contract value.� If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project. The response to 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. Please respond to this announcement no later than 19 April 2023, 2:00 PM Eastern Time via email to john.e.mack5.civ@us.navy.mil.� The subject line of the email shall state:� NAS KEY WEST AIRFIELD REPAIRs, KEY WEST, FL. 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://sam.gov/opp/80cbf35e5adb4a68b5da2a12a6913f8d/view)
 
Place of Performance
Address: Key West, FL 33040, USA
Zip Code: 33040
Country: USA
 
Record
SN06641552-F 20230407/230405230109 (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.