SOURCES SOUGHT
Y -- INDEFINITE DELIVERY-INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACTSFOR DESIGN BUILD OR CONSTRUCTION
- Notice Date
- 8/14/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG14522606L
- Response Due
- 8/29/2014
- Archive Date
- 8/14/2015
- Point of Contact
- Andrea McClendon, Contracting Officer, Phone 301-286-6872, Fax 301-286-0247, Email Andrea.G.McClendon@nasa.gov
- E-Mail Address
-
Andrea McClendon
(Andrea.G.McClendon@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/GSFC is hereby soliciting information about potential sources for Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts for Design-Build or Construction only, for new facilities, rehabilitation or modernization of facilities. The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is seeking capability statements from all interested Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) businesses located in the Washington, DC metropolitan area for the purposes of determining the appropriate level of competition for Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award (MAC II) Task Order Contracts for Design-Build or Construction only, for new facilities, rehabilitation or modernization of facilities.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The Government anticipates awarding Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts for Design-Build or Construction only, for new facilities, rehabilitation or modernization of facilities. The scope includes routine general construction for the installation of complex special test or laboratory systems. It may include work on building interiors and exteriors including but not limited to, architectural, structural, electrical, and mechanical and fire protection/detection. It may also include civil site work, and both underground and surface site utility system work. The anticipated maximum ordering value is $45M over a 5 year period. The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $33.5 million. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 5 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: Name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are interested Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), and Historically Underutilized Business Zone (HUBZone); number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; ability to meeting bonding requirement of $45M, and point of contact - address and phone number). Response Instructions: The requested responses are for information and planning purposes only. NASA does not intend to post information received to any website or public access location. NASA does not plan to reply to the individual responses, and respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Responses to this synopsis may be utilized in formulating the Governments acquisition strategy and requirements. All responses should be provided electronically in Microsoft Office compatible document format. Responses should not exceed 5 pages (format: 8.5 x 11, 12-point, Times New Roman font) and should reference NNG14522606L. For purposes of this synopsis, please provide your responses no later than 4:00 PM EST, August 29, 2014, to Andrea McClendon, Contracting Officer, NASA/GSFC at Andrea.G.McClendon@nasa.gov. This synopsis is for information and planning purposes and shall not to be construed as a commitment by the Government nor will the Government pay for information solicited. This requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. POINT OF CONTACT: Andrea McClendon, Contracting Officer, NASA/GSFC Procurement Office Phone: 301-286-8672 Email: Andrea.G.McClendon@nasa.gov Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14522606L/listing.html)
- Record
- SN03466755-W 20140816/140815001054-2879fbf5d58ea7b1c6b3043857eb8745 (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 |