SOURCES SOUGHT
Y -- Gulf Coast Medium MACC
- Notice Date
- 4/13/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945010GCMAC
- Point of Contact
- Sarah Nickerson
- E-Mail Address
-
sarah.nickerson@navy.mil
(sarah.nickerson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. 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 SPECIFICATION NOR DRAWINGS AVAILABLE AT THIS TIME. 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. Market Research is being conducted to determine interest and capability of SDVOSB, 8(A), HUBZone AND Small Business as potential sources, with current relevant qualifications, experience, personnel, security approvals, equipment, capability, and bonding capacity to perform an Indefinite Delivery Indefinite Quantity (IDIQ) Design-Build and Design Bid Build Construction Contracts. The intention of this sources sought is to seek and identify responsible sources for Market Research purposes. The solicitation number for this announcement will be determined at a later date. The Naval Facilities Engineering Command, Southeast, is currently seeking potential sources for a Firm Fixed Price (FFP) type contract. The Government anticipates awarding a multiple award construction contracts (MACC) during FY-10 or FY-11 to include projects over the next 12 months at military installations in the NAVFACSE Gulf Coast area of responsibility for the following types of work. Within the NAVFAC SE area, the regions identified for interest may result in a MACC that would include 3-5 contractors. The procurement, if pursued, will be for one solicitation resulting in the award of up to five separate Indefinite Delivery Indefinite Quantity (IDIQ) Design-Build & Design Bid Build Construction contracts for the Gulf Coast and Florida Panhandle Area. Each contract will be awarded for one base year with four option years. The anticipated workload is $100,000,000 over the life of all the contracts and the maximum combined value of all contracts will not exceed $250,000,000. Projects will vary in size from approximately $6,000,000 to $20,000,000. The work will be performed primarily at the following areas. Gulf Coast- Gulfport MS; Keesler, MS; Stennis MS; New Orleans, LA; Alabama and Florida Pan Handle (Pensacola, Panama City and Whiting Field). The NAICS code for this solicitation is for 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000. The government is only seeking a 1 to 2 page (this does not include the letter from the Surety and CCR registration) response. The information which must be contained in your response is as follows: 1) Name and address of company;2) Point of contact with phone number and email address;3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc);4) Bonding capacity per individual project and overall bonding capacity (provide letter from the Surety on their letterhead)5) Evidence of registration in CCR and provide CAGE Code and DUNs Number In addition to the general information above, interested offerors must provide the following specific information: 6) List three Design-Build projects awarded to your company that were completed in the last five years for the design as well as the construction of contracts for new, single or multi story buildings and additions and renovation to existing buildings. Buildings will include a wide range of new facility types found on military installations; i.e. community support, operational, housing, morale/recreation/welfare, administrative, classroom, storage as well as repairs to all types of buildings typically found on military installations. If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per project why we should consider it; 7) For the projects above should be, as a minimum, in the $6 Million range. If they are not, identify the dollar value and explain in no more than one paragraph why we should consider it; 8) For the projects above, list date completed, name/address/POC of Design Team 9) Were you the prime contractor on each of the projects listed in #6 above. If not then state your role and percentage of the work you completed on that project. 10) Provide your EMR rating for 2009. Provide Name of Insurance Carrier with a POC at the Insurance Carrier and their telephone number. 11) Are you affiliated with any other Small Businesses, Joint Ventures or have a formal Teaming arrangement? If so then provide name(s) of these companies. Negative response is required if this does not exist. 12) Have you done business with NAVFAC before? 13) Have you done business with any other DoD agencies before? Respondents will not be notified of the results of the evaluation. However, NAVFAC SE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine whether or not this project should be set aside for small business based on sufficient responses from small business indicating an interest in proposing on this work if it is set-aside. Your response to this sources sought announcement must be received by 4:00 pm ET on 30 May 2010 and must be received electronically. Please ensure all attachments are limited to less than 5 MB and email your response to sarah.nickerson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/869fa45ceff8aeef50c681de28bc8802)
- Record
- SN02120705-W 20100415/100413235243-869fa45ceff8aeef50c681de28bc8802 (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 |