DOCUMENT
Y -- Seeking eligible business firms capable of performing for a Design/Build (D/B) Design Bid Build (DBB) Multiple Award Construction Contract (MACC). - Attachment
- Notice Date
- 10/17/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008513R3500
- Response Due
- 11/16/2012
- Archive Date
- 3/31/2013
- Point of Contact
- Michael Greene, Contract Specialist, email: michael.greene2@navy.mil or 757-341-0082. Lynn Lovejoy, Contract Specialist, emial: lynn.lovejoy@navy.mil, phone: 757-341-1982
- 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. The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic is seeking eligible business firms capable of performing for a Design/Build (D/B) Design Bid Build (DBB) Multiple Award Construction Contract (MACC). The design/build, multiple award, indefinite delivery, indefinite quantity contract will be for general design bid build and design/build projects in the NAVFAC MIDLANT Northeast Area of Responsibility to include : Maine, New Hampshire, New York, New Jersey, Pennsylvania, Rhode Island, Connecticut, Massachusetts, Vermont, and Delaware. Under such MACC, the Contractor(s) shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the specifications for each task order. The work will primarily consist of new construction, renovation, alteration, demolition, and repair work. Including but not limited to: aviation and aircraft facilities, marine facilities, bachelor quarter (barracks), administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and mold remediation). The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. No more than seven (7) MACC contracts will be awarded as a result of this solicitation. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $99,000,000.00 for the life of the contract. The contract(s) have no annual or contractor limit. The limit is the maximum for the life of the contract of $99,000,000.00. Projects for the MACC will have an estimated construction cost of $3,500,000.00 to $30,000,000.00; however, smaller and larger dollar value projects may be considered at the discretion of the NAVFAC MID-LANT Chief of the Contracts Office. The government will include a minimum guarantee of $5,000.00 to each successful offeror over the full term of the contract to include option years. This solicitation will utilize the Best Value Source Selection (BVSS), Two-Phase Design/Build Source Selection Procedures per FAR Parts 15 and 36. Phase I proposals will be evaluated based on their technical merits for the identified criteria for technical factors. A maximum of seven offerors will be selected to submit Phase II proposals. The contracting officer, at his/her option, reserves the right to select less than seven (7) offerors for Phase II should the situation require less. The proposal due date for Phase II will be established by amendment after the completion of Phase I. Phase II proposals will be evaluated based on all technical factors and price factor. The Request for Proposals (RFP) for Phase I, is expected to be issued in second quarter of FY 2013. The RFP for Phase II will be issued via amendment upon completion of Phase I. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, Women-Owned Small Business (WOSB) and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract in September 2013. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience of the Construction/Prime Contractor: submit a maximum of five (5) projects for the Construction Contractor describing the following experience in performing efforts of similar value, size, and scope within the last ten (10) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/ Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. (2) Relevant Experience of the Design Contractor: submit a maximum of five (5) projects for the design contractor describing the following experience in performing efforts of similar value, size, and scope within the last ten (10) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/ Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. (3) Company Profile to include number of employees, office location(s), available bonding capacity per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. If status is a HUBZone, a statement that your firm presently qualifies in all respects as a HUBZone. RESPONSES ARE DUE NLT 16 NOVEMBER 2012, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent to the following: Mail responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Express deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9724 Virginia Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3689 Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Michael Greene either by email at michael.greene2@navy.mil or phone 757-341-0082.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R3500/listing.html)
- Document(s)
- Attachment
- File Name: N4008513R3500_MACC,_SOURCES_SOUGHT_NOTICE.docx (https://www.neco.navy.mil/synopsis_file/N4008513R3500_MACC,_SOURCES_SOUGHT_NOTICE.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008513R3500_MACC,_SOURCES_SOUGHT_NOTICE.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008513R3500_MACC,_SOURCES_SOUGHT_NOTICE.docx (https://www.neco.navy.mil/synopsis_file/N4008513R3500_MACC,_SOURCES_SOUGHT_NOTICE.docx)
- Record
- SN02915263-W 20121019/121017234320-3a4f592eb23f92e1c71d4b3a2f5681bb (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 |