SOURCES SOUGHT
Z -- Job Order Contract for Minor Construction Projects at the Camp Lejeune Naval Hospital
- Notice Date
- 11/2/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, ROICC Camp Lejeune Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- N4008517R3005
- Response Due
- 11/11/2016
- Archive Date
- 11/26/2016
- Point of Contact
- Rachel Ashton via email at Rachel.a.ashton@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. ROICC Camp Lejeune is seeking responses from interested firms that qualify as a U.S. Small Business Administration (SBA) certified 8(a) small business concerns capable of performing minor construction projects, to include new construction, renovation, alteration, demolition, and repair type work, at the Camp Lejeune Naval Hospital, North Carolina. The purpose of this notice is to identify sources that have specific, specialized experience with minor construction type services in a hospital environment. The Government contemplates an Indefinite Delivery/Indefinite Quantity Job Order Contract to provide Design-Bid-Build and Design-Build minor construction services for the Camp Lejeune Naval Hospital. The procurement method to be utilized is FAR Part 15, Contracting by Negotiation. The North American Industry Classification System (NAICS) Code for this potential procurement is 236220, Commercial and Institutional Building Construction Contractors, with a corresponding small business size standard of $36.5 million. It is anticipated that the contract performance period will include one (1) year basic period, and two (2) one year option periods. The maximum ordering capacity will not exceed $4 million. Task orders will be firm fixed price and will predominately be in dollar value from $5,000 to $150,000; however, the Government may elect to issue task orders of a higher or lower dollar value. The predominant dollar value of each project will be less than $50,000. Only the base period of the contract will offer a minimum guarantee. Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306 are as follows: Workers Compensation and Employer ™s Liability ($100,000); General Liability ($500,000 per occurrence/$50,000 per occurrence for property damage); Automobile Liability ($200,000 per person/$500,000 per occurrence for bodily injury/$20,000 per occurrence for property damage). This contemplated action would be a new procurement. It does not replace an existing contract. No prior contract information exists. Interested parties should provide a brief capabilities statement (no more than three pages in length, single-spaced, 10 point font minimum) demonstrating ability to perform the services described above. The capabilities statement shall address, as a minimum, the following information as applicable: (1)Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding 8(a) status. (2)Relevant Experience: Up to five (5) example projects which best demonstrate the company ™s experience relative to the type of work described in this notice and specific to managing several projects in the dollar range specified simultaneously. Example projects should be representative of NAICS 236220, the description above, and be similar in size, scope, and complexity to this requirement. Include in the submitted information: the contract number, indication of whether a prime or subcontractor, contact value, square footage, Government/Agency point of contact and current telephone number, and a brief description to sufficiently demonstrate your firm ™s experience with the types of work described in the work description above. (3)Specific relevant experience in a hospital environment. (4)Statement regarding Bonding Capabilities. (5)Intended percentage of work to be subcontracted. The capabilities statement shall be provided via email to rachel.a.ashton@navy.mil with the following subject: Hospital JOC Sources Sought (Company Name). Submissions shall be received no later than close of business on November 11, 2016. Questions or concerns may be submitted to the email address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008517R3005/listing.html)
- Record
- SN04318739-W 20161104/161102234546-c1b3f0c81138549897e4bc1ef10adefe (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 |