Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOURCES SOUGHT

Z -- Electrical Services

Notice Date
1/4/2024 7:36:37 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2567
 
Response Due
1/16/2024 11:00:00 AM
 
Archive Date
01/31/2024
 
Point of Contact
Melissa Lynn Willis, Phone: 8128546864
 
E-Mail Address
melissa.l.willis4.civ@us.navy.mil
(melissa.l.willis4.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008524R2567; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract to accomplish Electrical Services.� Work will be performed at the Naval Support Activity (NSA Crane) in Crane, Indiana and the Glendora Test Facility in Sullivan, Indiana.� The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with Electrical Services. This work includes but is not limited to: 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.� This will be an IDIQ type contract with pre-priced line items for electrical services.� Task orders will be negotiated and issued after award for specific electrical construction maintenance and repair projects.� The term of the contract would be for a 12-month base period, plus four 12-month option periods to be exercised at the discretion of the Government. The contract and will have a one-time guaranteed minimum of $1,000.00 overall contract maximum will be 60 months or $45,000,000.00, whichever comes first.� Historically, task orders have typically ranged in size from $2,000.00 to $4,200,000.00 with the average being $251,000.00.� Note:� Historical data is provided for informational purposes only and does not guarantee the value of orders issued on the proposed solicitation.� The applicable NAICS Code for this solicitation is 238210, Electrical Contractors & Other Wiring Installation Contractors.� The Small Business Size Standard is $19,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 75 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 towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. Sources are sought from 8a firms with a bonafide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices, Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, small disadvantaged businesses (SDB), or small business concerns.��� The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, SDB, 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. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, SDB, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HUBZone concerns, SDB, and small businesses shall indicate their interest to the Contracting Officer in writing via 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; 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) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; 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, or awards received, etc. and (f) demonstrate the capability to bond up to $20,000,000.00 in a 12-month period.� The offeror shall provide a letter from their bonding company that describes the contractors bonding capacity. Anticipate the solicitation will be released on or about 06 February 2024 with proposals due a minimum of 30 calendar days after the solicitation is issued. 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 Contracting Opportunities page at www.sam.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in accordance with FAR 4.1102. Failure to have an active SAM account on the proposal due date will make the Offeror ineligible for award.� It will take several days for a SAM record to be activated; therefore, offerors not already registered in the SAM database are highly encouraged to do so now via Internet at: http://www.sam.gov.� Registration in SAM is free. � All contractual and technical inquires shall be submitted via email to Melissa Willis at Melissa.l.willis4.civ@us.navy.mil. Statement of Qualifications shall be submitted under Solicitation Number N4008524R2567 via e-mail to: Melissa.l.willis4.civ@us.navy.mil. Direct all question to Melissa Willis by email. Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 PM (EST) on 16 January 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a510a1a5d7b2424facca5cf029a9c20f/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06927631-F 20240106/240104230044 (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.