Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2014 FBO #4739
DOCUMENT

Y -- Tennessee/Mississippi/Florida Panhandle Medium Multiple Award Construction Contract, NAVFAC Southeast Area of Responibility - Attachment

Notice Date
11/13/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
Solicitation Number
N6945015R1008
 
Response Due
12/13/2014
 
Archive Date
9/30/2015
 
Point of Contact
Adam Bradesku- 904-542-6809
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within NAVFAC Southeast to facilitate the decision making process. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal, request for quote, or invitation for bid and there are no plans or specifications for this notice. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. The solicitation number, if issued, will be different than this sources sought notice number. NAVFAC Southeast is seeking qualified businesses with current relevant experience to perform the following as described below: Project Description: Potential sources should have current relevant qualifications, experience, personnel, security approvals, equipment, capability, and bonding capacity to perform IDIQ Design-Build Construction Contracts. The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, repair work, and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, community support facilities, and both vertical and horizontal construction for Department of Defense. The areas of proposed work will be in Tennessee, Mississippi and the Florida Panhandle region, as currently managed by NAVFAC SE. The work will be concentrated at, but not limited to the following locations: Naval Support Activity Millington, Naval Construction Battalion Center (NCBC) Gulfport, Naval Air Station (NAS) Meridian, Naval Support Activity (NSA) Panama City, NAS Pensacola, and NAS Whiting Field. Multiple Award Construction Contract (MACC) Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 4 or 5 RFPs issued within a 30-day period). The contract(s) will be for one base year with four one-year option periods. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $99 million over the base year and the four option periods combined. A per contract maximum will not be identified. Task orders will be firm-fixed price with a minimum value of $4 million and a maximum value of $20 million. NAICS Code: 236220 “ Commercial and Institutional Building Construction with the annual size standard of $36.5 million. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1.Contractor Information: Provide your firm ™s contact information, to include DUNS and Cage Code numbers. 2.Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 3.Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4.Bond Capacity: Provide your surety ™s name, your maximum bonding capacity per individual project. 5.Experience: Submit a minimum of four Design-Build (4) projects, to include experience in performing efforts of a similar size and scope (construction, renovation, alteration, demolition, and repair work; including the necessary design) and completed within the last seven (7) years. With an approximate completed value of $6 Million or greater. Identify whether your firm has in-house engineering capacity or uses an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). Provide a minimum of two projects where your firm has worked with an A/E firm and construction has been completed in the last seven years. For each of the design services projects, provide the contract number along with the name, email address, and phone number of the point of contact at the A/E firm. Due to the need to establish breadth of experience for multiple project types, at least three (3) of the projects must be from a one of the distinct project categories. New construction or major renovation experience in industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. At least one of the projects must demonstrate new construction and at least one of the projects must demonstrate major renovation experience. One of the Construction projects submitted must demonstrate experience in the design and construction of projects capable of obtaining LEED Silver certification in accordance with the USGBC criteria. Demonstrate this experience by identifying projects managed by your firm or the A/E firm that have obtained LEED Silver certification from the USGBC. Submissions shall contain the following items below (a “ g) for each project submitted for consideration. a.Include Contract Number, if applicable b.Indicate whether Prime contractor or Subcontractor c.Contract Value d.Completion Date e.Government/Agency point of contact and current telephone number. f.Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. g.Indicate whether the project is Design Build as required above. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 20 pages. This package shall be sent by email, no larger than 6 MB, to the following email addresses: Adam.Bradesku@navy.mil and Barbara.Czinder@navy.mil. OR via mail to Naval Facilities Engineering Command, Southeast Attn: Adam Bradesku, IPT-Gulf Coast P.O. Box 30 Jacksonville, FL 32212-0030 Or Naval Facilities Engineering Command, Southeast Attn: Adam Bradesku, IPT-Gulf Coast Bldg. 903, Yorktown Jacksonville, FL 32212-0030 Submissions must be received at the email addresses cited or via mail no later than 3:00 PM Eastern Time on 13 December 2014. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to email addresses above or by phone to Adam Bradesku at (904) 542-6809 and Barbara Czinder at (904) 542-6834.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/577540d807c4e2cc8b0c77e097063e9c)
 
Document(s)
Attachment
 
File Name: N6945015R1008_2014-11-13_SOURCES_SOUGHT_NOTICE.pdf (https://www.neco.navy.mil/synopsis_file/N6945015R1008_2014-11-13_SOURCES_SOUGHT_NOTICE.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6945015R1008_2014-11-13_SOURCES_SOUGHT_NOTICE.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVFAC Southeast, Building 903 P. O. Box 30 NAS Jacksonville, Jacksonville, FL
Zip Code: 32212
 
Record
SN03572596-W 20141115/141113234649-577540d807c4e2cc8b0c77e097063e9c (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.