SOURCES SOUGHT
Z -- MECHANICAL CONSTRUCTON MAINTENANCE & REPAIRS
- Notice Date
- 2/6/2014
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest Detachment Crane, NSA, 300 Highway 361, Bldg 2516, Crane, Indiana, 47522-5082
- ZIP Code
- 47522-5082
- Solicitation Number
- N4008314R2710
- Archive Date
- 3/7/2014
- Point of Contact
- Debra S Dills, Phone: 812-854-3234, R Annette Taylor, Phone: 812-854-2673
- E-Mail Address
-
debbie.dills@navy.mil, annette.taylor@navy.mil
(debbie.dills@navy.mil, 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 N40083-14-R-2710; The Naval Facilities Engineering Command, Mid-West, PWD Crane, is currently seeking potential sources for a multiple award, indefinite-delivery/indefinite-quantity (IDIQ) type contract for Mechanical Construction, Maintenance and Repairs. The NAICS Code for this solicitation is 238220, Plumbing, Heating & Air Conditioning Contractors. The Small Business Size Standard is $14,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the cost of labor. Sources are sought from 8(a) firms including 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 Woman Owned Small Business (EDWOSB) and/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 contractor must have a bonding capability of $3.0 - $4.0 million in a 12-month period. The intention of the future solicitation is to obtain Mechanical Construction, Maintenance and Repairs at the Naval Support Activity (NSA) Crane, Indiana and the Glendora Test Facility, Sullivan, Indiana. The Contractor shall furnish all labor, materials, supplies, equipment, tools, transportation, supervision, management, quality control and professional design services to perform various construction and all work associated with Mechanical Maintenance and Repairs including but not limited to maintenance and repair of existing heating, ventilating, and air conditioning (HVAC) and Plumbing systems and associated components including equipment replacements and incidental related work. Work on HVAC controls, Direct Digital Controls (DDC) and Pneumatic Controls including, associated electrical hookups and building distribution systems will be required. Individual task orders may also include work for other building related mechanical support systems such as those for compressed air, steam, hot water, process water and industrial ventilation. Asbestos abatement may be required. Work in explosive facilities will be required. Task orders may be issued for service calls and repairs. Larger projects will be issued as either fully designed projects or design build projects. 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 Mechanical MACC contract. Task Orders will be issued and competed for the accomplishment of various types of mechanical construction, maintenance and repairs projects between $2,000.00 and $1.5 million. These various projects can include 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 places of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractors(s). Each selected contractor will be guaranteed a one-time minimum of $15,000.00 for the entire term of the contract. The government does not guarantee any work beyond the guaranteed minimum of $15,000.00. The total contract maximum is $15.0 million regardless of the number of contractors selected or the amount of work awarded to each contractor. The solicitation contains provision for a 12-month base period, plus four (4) 12-month option periods to be exercised at the Government's discretion. The term of the potential contract shall not exceed 60 months or the total contract maximum of $15.0 million, whichever comes first. This solicitation will be Two (2) Phase procurement. 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 Business 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, EDWOSB concern, Small Business concerns, 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; experience working in explosive facilities shall be noted. The contractor shall show their experience and capability of providing the wide range of services from relatively small service call and repair orders to larger design build projects., (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.) (h) A letter from a bonding company or other evidence showing a bonding capability of $3.0 - $4.0 million in a 12-month period. (d) (e) 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 concerns, HUBZone concerns, WOSB/EDWOSB concerns 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 concerns. If adequate interest is not received from any of the above categories this solicitation will be issued as a competitive unrestricted procurement. Anticipate Phase 1 of the solicitation will be released on or about March 18, 2014 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. fbo.gov. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offerors 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 debbie.dills@navy.mil. The due date for responses to this Sources Sought Notice is February 20, 2014. Responses may be submitted under Solicitation Number N40083-14-R-2710 via hard copy to NAVFAC Midwest PWD Crane, Attention: Debbie. Dills, 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 February 20, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008314R2710/listing.html)
- Place of Performance
- Address: 300 HIGHWAY 361 B-2516, CRANE, Indiana, 47522, United States
- Zip Code: 47522
- Zip Code: 47522
- Record
- SN03283094-W 20140208/140206235159-f0f01d6097e263af210183651c84efa9 (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 |