Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2024 SAM #8394
SOURCES SOUGHT

Y -- Design-Build/Design-Bid-Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract (DB/DBB SDVOSB MACC), Various Locations, State of Hawaii

Notice Date
11/18/2024 10:36:09 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247825R4059
 
Response Due
12/3/2024 12:00:00 PM
 
Archive Date
12/18/2024
 
Point of Contact
Shae Ishimoto, Phone: 808-471-2540, Jamie Inouye, Phone: 8084743783
 
E-Mail Address
shae.n.ishimoto.civ@us.navy.mil, jamie.m.inouye.civ@us.navy.mil
(shae.n.ishimoto.civ@us.navy.mil, jamie.m.inouye.civ@us.navy.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Naval Facilities Engineering Systems Command, Hawaii (NAVFAC HI) is seeking information concerning the availability of contractors capable of providing the following: Description of Work: The work includes, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within NAVFAC Hawaii�s area of responsibility. Infrastructure is defined as: 1) residential building construction; 2) construction for industrial buildings and warehouses; 3) nonresidential buildings, other than industrial buildings and warehouses; or 4) improvements such as utilities, landscaping, airfields and roadways. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force and miscellaneous Federal and other facilities in NAVFAC Hawaii�s area of responsibility. Task orders will be issued for the work that may require design and construction services. In support of the design-build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The proposed contract listed here is 100 percent limited to qualifying SDVOSB firms. The Government will not consider offers from other than SDVOSB firms. The total maximum dollar value of the acquisition will be $350,000,000. The tentative task order minimum and maximum is approximately $150,000 and $3,000,000, respectively. This Sources Sought Notice is issued solely for information, planning purposes, and market research in accordance with FAR Part 10. All responses will be used to determine the appropriate acquisition strategy for the future acquisition. No award will be made from this sources sought. Do not request a copy of a solicitation. This acquisition is being considered for full and open competition. The North American Industry Classification System (NAICS) code is 236220 and the small business size standard is $39.5 Million. Period of performance will be for a base period of five (5) years and one (1) 3-year option period, estimated to start in mid 2025. Interested sources are advised to complete the attached MACC Questionnaire Excel form and submit it electronically to Mr. Shae Ishimoto at shae.n.ishimoto.civ@us.navy.mil not later than 3 December 2024. Any information provided is voluntary. Telephone calls will not be accepted. Be advised the government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally, all submissions become government property and will not be returned. No basis for a claim against the government shall arise as a result from a response to this sources sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/959d30d7dccc499c899d4090058b59cd/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07268187-F 20241120/241118230108 (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.