SOURCES SOUGHT
Z -- Multiple Award Contract Construction for Fuels Systems
- Notice Date
- 6/2/2004
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- FUELSMACC
- Response Due
- 6/17/2004
- Archive Date
- 7/2/2004
- Point of Contact
- Vickie Ball, Lead Contract Specialist, Phone 6195321536, Fax 6195324789, - Lisa Crawford, Contract Specialist, Phone (619) 532-1261, Fax (619) 532-4789,
- E-Mail Address
-
Vickie.Ball@navy.mil, lisa.crawford@navy.mil
- Description
- SOURCES SOUGHT FOR Multiple Award Contract Construction (MACC) for Fuels Systems: This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and 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. In order to protect the procurement integrity of any future procurement, if any, 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. Southwest Division, Naval Facilities Engineering Command is seeking U.S. Small Business Administration (SBA) certified 8(a); HUBZone and/or Service Disabled Veteran-Owned Small Business sources with current relevant qualifications, experience, personnel, and capability to perform a multiple award design/build construction contract for various fuel related projects. Type of work/projects may include, but is not limited to: fuel, petroleum, oil and lubricant dispensing, distribution and storage systems, monitoring, leak detection, security and containment systems, tanks, piping, and fueling hydrant repairs, minor buildings, site work and utilities necessary to provide fully functional fuels facilities. Task orders for the multiple award contracts will be at various federal sites within the area of responsibilities (AOR) of Southwest Division, Naval Facilities Engineering Command. While most projects will be located in the Southwestern United States, the contract may have Task Orders for projects in other locations within the AOR in the continental U.S. and Alaska. The North American Industry Classification System (NAICS) Code is 237120 with a Small Business Size Standard of $28.5 million. The contract(s) will be for one base year with 4 one-year renewable options, resulting in the contract performance time of maximum 5 years. The estimated total contract price for the base year and all option years is $30,000,000 per award. The estimated cost for each Task Order will be between $50,000 and $3,000,000. Interested sources are invited to respond to this sources sought announcement by using the form provided under separate file titled ?Sources Sought Information Form.? Submit a maximum of 5 projects describing the following: 1) Experience: Describe the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience in FUEL SYSTEMS as indicated in this announcement. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; if design/build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. Provide information of your firm?s experience on previous design/build contracts for FUEL SYSTEMS work with project cost in the range between $50,000 and $3,000,000. 2) Identify whether your firm has in-house engineering capacity or uses an A-E firm to provide design of FUEL SYSTEMS and other related work listed in this announcement. Indicate whether you have an established working relationship with the design firm. 3) Bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify which locations you are willing to work. 5) Identify whether your firm is a SBA certified 8 (a); HUBZone or Service Disabled Veteran-Owned Small Business concern. You must be an approved SBA firm (including Mentor-Prot?g? Joint Venture firms) at time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, EFDSW-SD will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Notice marked or designated as corporate or proprietary information will be fully protected from release outside the government. Response to this sources sought announcement is due not later than 2:00 p.m. June 17, 2004 to Southwest Division, Naval Facilities Engineering Command, Code 02RC.VB, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to Vickie.ball@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
- Place of Performance
- Address: Multiple locations within Southwest Division Area of Responsibility
- Country: US
- Country: US
- Record
- SN00596065-W 20040604/040602212324 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |