Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2025 SAM #8578
SOURCES SOUGHT

99 -- N4019225R9006 Job Order Contract (JOC), Indefinite Delivery Indefinite Quantity (IDIQ), NAVFAC Marianas, various locations, Guam, CNMI, Palau, and other locations as approved

Notice Date
5/20/2025 4:07:55 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019225R9006
 
Response Due
6/3/2025 9:00:00 PM
 
Archive Date
06/19/2025
 
Point of Contact
Alice G. Ofeciar, Daniel Calvo
 
E-Mail Address
alice.g.ofeciar.civ@us.navy.mil, daniel.calvo.civ@us.navy.mil
(alice.g.ofeciar.civ@us.navy.mil, daniel.calvo.civ@us.navy.mil)
 
Description
Notice ID: N4019225R9006 Agency: NAVFAC Marianas Response Date: Wednesday, 04 June 2025 @ 2:00pm, ChST 236220 - Commercial and Institutional Building Construction ***THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID**** The intent of this sources sought notice is to identify qualified and interested offerors for information and planning purposes. The information received will be utilized within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. This Sources Sought Synopsis is one facet in the Government�s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. NAVFAC Marianas is seeking potential qualified Small Businesses, local U.S. Small Business Administration (SBA) 8(a), HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB) or Economically Disadvantaged Women Owned Small Businesses (EDWOSB) with current relevant qualifications, experience, personnel, and the capability to perform General Construction Services at various locations within the NAVFAC Marianas Area of Responsibility to include Guam, the Commonwealth of the Northern Mariana Islands, Republic of Palau, and other locations as approved. As a result of this sources sought, NAVFAC Marianas may decide to procure two (2) single award, stand-alone Indefinite Delivery/Indefinite Quantity (IDIQ), Job Order Contract (JOC) for General Construction Services with an estimated maximum contract value of $100,000,000 for each IDIQ award with projects ranging from $2K to $4M. The proposed contract may be for a base performance of two (2) years with (2) two-year option periods for a maximum contract period of six (6) years. The applicable North American Industry Classification System (NAICS) code shall be 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $45M. Work associated with the IDIQ includes specific requirements for general construction, renovation/alteration, and repair services that may include, but is not limited to: Demolition; Pre-engineering buildings; Roof replacement; Gutters and downspouts; Window and door repair/replacement; Wall installation; HVAC equipment installation; Duct installation; Pipe installation; Utilities; Fire protection; Interior & exterior painting; Architectural signage; Paving & asphalt; Clearing and grubbing site preparation. Work ordered under this contract may require the Contractor to provide design and/or engineering services, under a design-build task order. Specific management services shall include, but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality control. The Contractor shall provide a staff with the necessary management expertise to assure performance objectives and standards are met. Management personnel shall include but is not limited to: Project Manager (PM), Quality Control Manager (QCM) & Site Safety and Health Officer (SSHO); Permitting to comply with all applicable federal, state, and local laws and regulations; Accident Prevention & Activity Hazard Analysis; Environmental Protection; Waste Management. This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: 1. Company Profile: Company profile to include number of employees, annual receipts, number of offices and office location(s), UEI, CAGE Code, and statement regarding small business designation and status. 2. Type of Business: Identify whether your firm is a large business or small business (SBA certified 8(a), SBA certified HUB Zone, SDVOSB, SBA certified WOSB, and/or SBA Certified EDWOSB concern). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3. Experience: Submit a maximum of three (3) government or commercial contracts/projects your firm has performed as the prime contractor to demonstrate your experience in general construction services involving repair or renovation/alteration of commercial and institutional buildings as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract. Submitted projects should be worked within the past five years of similar size, scope and complexity. Submitted projects should be for a minimum construction value of $500,000 and demonstrate the application of multiple construction disciplines. Submitted projects should be 100% completed within the past five years of the submission due date. 4. Locations: Identify the locations in which you are willing and capable to work. Utilize the attached Sources Sought Project Data Form, for each of the projects submitted for experience evaluation and provide the following: Title and location Award and completion dates Contract or subcontract value Type and brief description of the work that was self-performed by your company, including the percentage of contract value your company self-performed Whether the work was performed as a prime or subcontractor Current customer information including point of contact, phone number, and email address DO NOT submit basic contracts for IDIQ work, but rather the Task Orders issued to the basic contract. Interested firms shall submit information using the Sources Sought Contractor Information Form, and the Sources Sought Project Information Form, provided as attachments to this notice. *Attachments are limited to a total of 5MB. Responses to this Sources Sought announcement are due no later than 2:00 p.m. Chamorro Standard Time, Wednesday, 04 June 2025, via email to Contract Specialist, Alice G. Ofeciar at alice.g.ofeciar.civ@us.navy.mil and to Contracting Officer, Daniel N. Calvo at daniel.calvo.civ@us.navy.mil. Responses received after the deadline or without the required information will not be reviewed. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f4d8f1cd7c745afaddcc37c3d06d838/view)
 
Place of Performance
Address: Santa Rita, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN07450206-F 20250522/250520230055 (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.