Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2013 FBO #4225
SOURCES SOUGHT

Z -- MULTIPLE AWARD CONSTRUCTION CONTRACT AT THE NAVAL SUPPORT ACTIVITY CRANE INDIANA

Notice Date
6/17/2013
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008313R2637
 
Response Due
6/28/2013
 
Archive Date
7/13/2013
 
Point of Contact
Annette Taylor, phone 812-854-2673 or e-mail annette.taylor@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The intent of this notice is to identify potential offerors to determine the applicable set-aside. The Solicitation Number for this announcement is N40083-13-R-2637; The Naval Facilities Engineering Command, Mid-West, PWD Crane, is currently seeking potential sources for an indefinite delivery, indefinite quantity (IDIQ) multiple award construction contract (MACC) for construction and major renovations and repair projects. The NAICS Code for this solicitation is 236210, industrial building construction. The Small Business Size Standard is $33.5 million. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of labor. Sources are sought from 8(a) firms with a bona find place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, & Wisconsin SBA District Offices. Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Women Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. The intention of the future solicitation is to provide all labor, equipment, tools, supplies, transportation, supervision, quality control, professional design services, and management necessary to perform various construction, maintenance, and alteration projects at assorted buildings and structures at the Naval Support Activity (NSA Crane), Crane, Indiana. The Government may award approximately five (5) contracts resulting from this solicitation to those offers whose proposals conform to the solicitation will be the most advantageous to the Government, price and other factors considered. Each of the successful contractors will have an opportunity to submit a proposal and compete for task orders issued under the MACC Contract. Task Orders will be issued and competed for the accomplishment of various types of general construction projects between $500,000.00 and $5 million to accomplish various types of construction projects, including design-build and fully designed projects, as well as projects with minimal or no design required. Prices will be fixed upon issuance of individual Task Orders. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor(s). Each selected contractor will be guaranteed a minimum of $20,000.00 for the entire term of the contract. The total contract maximum is $40 million regardless of the number of contractors selected or the amount of work awarded to each contractor. The solicitation contains provisions for a 12-month base period, plus four 12-month option periods to be exercised at the discretion of the Government. The term of the contract shall not exceed 60 months or the total contract maximum of $40 million, whichever comes first. Best Value Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, WOSB, EDWOSB, or small businesses should indicate their interest to the Contracting Officer in writing. As a minimum the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, WOSB concern or EDWOSB concern; SDVOSB must also provide documentation of their status, (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers. The contractor shall show their experience performing similar type work, (e) evidence of design and construction experience with explosive operations facilities and familiarity with NAVSEA OP 5 Volume 1 Ammunition and Explosives Safety Ashore (f) describe specific portions of this type of effort your company intends to subcontract, (g) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.), and (h) letter from bonding company indicating capability to bond up to $8 million work of projects simultaneously All of the above must be submitted in sufficient detail for a decision to be made on availability of interested 8(a) Region V , SDVOSB, HUBZone concerns, WOSB, EDWOSB, or small business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested 8(a), SDVOSB, HUBZone, WOSB, EDWOSB, or small business concern. If adequate interest is not received from any of the above categories this solicitation will be issued as a competitive unrestricted procurement. Anticipate the solicitation will be released on or about July 22, 2013 with proposals due no sooner than 30 days after the solicitation is released. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil. The apparent successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via Internet at: http://www.sam.gov. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor@navy.mil. The due date for responses to this Sources Sought Notice is June 28, 2013. Responses may be submitted under Solicitation Number N40083-13-R-2637 via hard copy to NAVFAC Midwest PWD Crane, Attention: Annette Taylor, Contract Specialist, Code PRC22, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror s Statement of Qualifications shall be received no later than 2:00 p.m. local time on June 28, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008313R2637/listing.html)
 
Place of Performance
Address: 300 Highway 361
Zip Code: Naval Support Activity, Crane, IN
 
Record
SN03091611-W 20130619/130617235405-3a84eed88b1b932108e57dc8d9561b07 (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.