Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2007 FBO #1908
SOURCES SOUGHT

Y -- Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract for NAVFAC NW

Notice Date
2/14/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-07-R-XXXX
 
Response Due
2/28/2007
 
Description
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC). 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. 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. Naval Facilities Engineering Command Northwest (NAVFAC NW) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone, and/or Service Disabled Veteran-Owned Small Business (SDVOSB) firms with current relevant qualifications, experience, personnel, and capability to perform at various installations and facilities at locations serviced by NAVFAC Northwest. Firms responding to this sources sought announcement must be located in Washington, Oregon, Idaho, Alaska, Montana, Colorado, North Dakota, South Dakota, Utah, Wyoming, Arizona, California, and Nevada and must have a Bona Fide Branch Office in Washington State. A bona fide branch office is a place of business for purposes of 8(a), HUBZone, and/or SDVOSB construction procurements located where 8(a), HUBZone, and/or SDVOSB participants regularly maintain an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. The work covered by this contract consists of new construction, renovation, alteration, demolition, and repair work, including any necessary design. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 4 or 5 RFPs issued within a 30-day period). Task Orders may include the following types of work: design-build, 100% design, performance-based or a combination thereof. Task orders for this IDIQ Multiple Award Construction Contract will be at various federal sites within the NAVFAC NW Area of Responsibility, including Washington, Oregon, Idaho, Montana, and Alaska but primarily in Washington State. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction with a Small Business Size Standard of $31 million. The contract(s) will be for one base year with four one-year option periods. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $120M over the base year and all four option periods combined. A per contract maximum will not be identified. Task orders will be firm fixed price with a minimum value of $1 million and a maximum value of $10 million. Interested sources are invited to respond to this sources sought announcement by using the form provided under the separate file titled ?Sources Sought MACC Info Form?. Each firm shall complete page one of the form and then provide up to five projects that best demonstrate the company?s experience relative to the types of work covered by this requirement using copies of page two of the form. Projects should be representative of NAICS 236220 and be similar in size, scope, and complexity to this requirement. Contracts must have been performed or substantially performed within the last five years. Contracts with federal, state, or local Government, and/or commercial customers will be accepted. 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 construction, renovation, alteration, demolition, and repair work, including any necessary design with a project cost in the range of $1,000,000 to $10,000,000 per project. 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. 2) Identify whether your firm has in-house engineering capacity or uses an A-E firm to provide design services. 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 whether your firm is an SBA certified 8 (a); HUBZone or Service Disabled Veteran-Owned Small Business concern. You must be an approved SBA firm (including Mentor-Protege Joint Venture firms) at time of this sources sought announcement to submit a response and be considered as a valid contractor. For more information on the definition or requirements for these, refer to http://www.sba.gov/. Respondents will not be notified of the results of the evaluation. However, NAVFAC NW will use the information provided 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 Source Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the government. Please respond to this announcement by 2:00 p.m. local time on 28 February 2007 by submitting an e-mailed PDF attachment of your response to stephanie.a.peterson@navy.mil. The subject line of the email shall state MACC SOURCES SOUGHT RESPONSE. Emails shall be no more than 10MB in size. If additional space is needed, more than one email may be sent. 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: See description.
Zip Code: 98315
Country: UNITED STATES
 
Record
SN01232307-W 20070216/070214221023 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.