Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

Y -- PROPOSED MULTIPLE AWARD CONSTRUCTION CONTRACT

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
N4008512R0006
 
Response Due
2/17/2012
 
Archive Date
3/3/2012
 
Point of Contact
Kelly Cannon kelly.cannon@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small businesses. Naval Facilities Engineering Command Mid-Atlantic is specifically seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement. The work includes, but is not limited to, ongoing general construction requirements supporting base wide facilities and infrastructure to also include other military and Government installations/sites in North Carolina. The requirements cover a broad range of general construction services including, but not limited to, new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. The proposed contractor will provide sufficient material, labor, equipment, supervision, and transportation to fulfill all requirements of the contract in accordance with industry standards. The Procurement Method is Contracting by Negotiation FAR Part 15. The North American Industry Classification System (NAICS) Code for this procurement is 236220 and the annual size standard is $33,500,000. The Government intends to award this contract to more than one contractor. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. The contract term will be a base period one (1) year plus two (2) option years. Only the base period of the contract will offer a minimum guarantee. The contracts will replace three (3) contracts for similar services awarded in 2009. Combined task order requirements issued under all three contracts were not to exceed a maximum amount of twenty million dollars ($20,000,000) per year. Information about the incumbent contractors is included below: EnVetCo, Incorporated 913 Davit Lane New Bern, NC 28560 Futron-SDVS Limited Liability Company 4300 Deer Creek Lane, Suite 100 Wilmington, NC 28405 International Public Works, Limited Liability Company P.O. Box 888 Mount Pleasant, SC 29465 Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. All Service-Disabled Veteran-Owned Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether a Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. The proposed contract listed here is being considered for 100 percent set-aside for SDVOSB. Interested SDVOSB concerns should, as early as possible but not later than 17 February 2011, indicate interest in the acquisition by providing to the contracting office a capability statement and a positive statement of eligibility as a SDVOSB. The capability statement shall include the following: Ability to meet all technical requirements outlined in this notice DUNS number CAGE code Small Business classification as a SDVOSB A narrative demonstrating Prime Contractor or Significant Subcontractor experience performing a minimum of three (3) projects within the past five (5) years. The contractor should seek to demonstrate a diverse range of construction tasks such as new construction, demolition, repair, and interior/exterior alteration/renovation of buildings, systems and infrastructure through the listed projects. For the projects provided, include the project title, description, contract amount, award date, completion date and the role of the contractor for project. Bonafide office in North Carolina The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Offerors will be required to submit with their offer a bid bond. Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Notifications that do not address all the required information will not be considered. Interested parties should respond as soon as possible but no later than close of business 17 February 2011. Responses to this Sources Sought Notice shall be emailed to the following address: kelly.cannon@navy.mil. Telephonic submissions and questions will not be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008512R0006/listing.html)
 
Record
SN02666643-W 20120204/120202235201-ca6b6d3934ad578533fb3d599e9a1b2c (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.