DOCUMENT
J -- Provide and install security gate for large overhead door at the Naval Computer and Telecommunications Area Master Station in Cutler, ME - Attachment
- Notice Date
- 12/29/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, ROICC Portsmouth Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
- Solicitation Number
- N4008517R6118
- Response Due
- 1/3/2017
- Archive Date
- 1/31/2017
- Point of Contact
- Lynn Pina, Contract Specialist
- E-Mail Address
-
<!--
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic, PWD Maine, is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services required to provide and install a security gate at the Cutler Power Plant located at the Naval Computer and Telecommunications Area Master Station in Cutler, ME. The work pertaining to this project is summarized as: The contractor shall provide all labor, material, equipment, tools, transportation, and supervision required to provide and install a new, tracked, industrial grade, teleswing security gate at the existing large overhead door at the Power Plant. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with FAR 36.204, the magnitude of construction for this project is under $25,000. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services by February 2017. The Contractor shall complete the entire work ready for use not later than 90 calendar days after award. It is requested that interested small businesses submit to the Contracting Officer a brief capabilities statement package in order to demonstrate the ability to perform the construction services described, which must include: 1.A one-page Company Profile to include the following: a.Number of offices and office location(s); b.Number of employees per office; c.DUNS number; d.CAGE Code; e.Small business designation/status claimed; f.Annual revenue. A copy of the Contractor s current SAM.gov registration information may be substituted for the profile provided it reflects all of the information requested. 2.The completed NAVFAC Sources Sought Questionnaire, which form is attached to this notice. The Partnering Information portion of the questionnaire may be skipped as inapplicable to a project of this small scope. The questionnaire should be used to document a minimum of two (2) relevant construction projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. A relevant project is further defined as: Size: A construction cost of no more than $25,000. Scope: Construction, renovation or repair of building facilities. Complexity: Building structural repairs/installation. The rest of the questionnaire is self-explanatory, and all boxes should be filled out as applicable. In addition to the above items, you may also submit a capabilities statement for review (no page limitation on this, brochures are acceptable), but it is not required. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT JANUARY 3, 2017 at 2:00 PM (EDT). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail (preferred method) to Lynn Pina at Lynn.Pina@Navy.mil or mailed to: Lynn Pina, Contract Specialist Naval Facilities Engineering Command, Mid-Atlantic, PWD Maine Portsmouth Naval Shipyard, Building 59 Kittery, ME 03904
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008517R6118/listing.html)
- Document(s)
- Attachment
- File Name: N4008517R6118_N4008517R6108_SourcesSoughtQuestionnaire.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R6118_N4008517R6108_SourcesSoughtQuestionnaire.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R6118_N4008517R6108_SourcesSoughtQuestionnaire.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008517R6118_N4008517R6108_SourcesSoughtQuestionnaire.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R6118_N4008517R6108_SourcesSoughtQuestionnaire.pdf)
- Record
- SN04360822-W 20161231/161229234039-d65a1a89323533f826afb9136c9fa691 (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 |