Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOURCES SOUGHT

Z -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) DESIGN-BUILD FIRE PROTECTION MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AOR

Notice Date
3/5/2018
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945018FPMAC
 
Response Due
4/3/2018
 
Archive Date
4/3/2019
 
Point of Contact
Yaritza Acton
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This is NOT a solicitation announcement and there are no plans/specifications/drawings or bid package available for this project. 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. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. NAVFAC Southeast is looking for responses from interested Prime Contractors. We are not seeking responses from firms interested in subcontracting opportunities. 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/Solicitation, 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. If a solicitation is issued the solicitation number WILL NOT be the number same as the source sought notice number. It is the potential offerors responsibility to check the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and the Federal Business Opportunities website. NAVFAC Southeast is seeking qualified businesses with current relevant experience, personnel, equipment, capability and bonding capacity to perform the following as described below: Project Description: Work will primarily consist of fire protection installation or repairs (new construction and renovations) with professional engineer design capabilities. The preponderance of the work will include fire suppression systems (wet, dry, preaction, wet chemical, deluge), water supplies (fire pumps, tanks and underground water mains), low and high expansion foam (AFFF foam systems, high expansion foam system, releasing systems, underground containment systems, and surface containment systems), gaseous (carbon dioxide and clean agents), special hazards protection, fire alarm systems (detection, reporting, and mass notification), and life safety system renovations (penetration fire stopping, fire door replacement, fire wall repairs) for Department of Defense activities located but not limited to the following states: South Carolina, Georgia, Florida, Alabama, Arkansas, Mississippi, Kansas, Louisiana, Texas, Tennessee, Missouri, Oklahoma, Guantanamo Bay Cuba, and the Bahamas. Task Orders may be awarded within other areas in the NAVFAC Southeast Area of Responsibility. 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 awarded to approximately five contractors for a base year and four 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 $150K and a maximum value of $9 million, however, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest and approved by the Contracting Officer. NAICS Code: 238210 “ Electrical Contractors and Other Wiring Installation Contractors with the annual size standard of $15 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, and your aggregate bonding capacity. Offeror ™s must be able to demonstrate they can get an individual bond at $9 Million. 5. Experience: Submit a minimum of three (3) design-build projects, to include experience in comprehensively performing design and installation of a similar size and scope and completed within the last seven (7) years with a completed value of $1 Million or greater for the fire protection work. Each submitted project shall include at least two of the following systems required to be considered relevant; fire suppression systems (automatic sprinkler, gaseous, or foam), fire alarm systems (fire detection systems, fire notification systems, fire reporting systems, mass notification system), fire water supply systems (fire mains, tanks, or fire pumps), or life safety system renovations (fire wall construction/ repair, penetration fire stopping) (fire stopping of project caused penetrations does not constitute life safety system renovations). We are looking for contractors that can self-perform the fire protection work. We will not consider contract(s)/work for which you sub-contracted the fire protection work out to another firm. Each submitted project shall clearly indicate the value for the fire protection work and the amount of this work completed by the proposing contractor. If you are providing a design-build contract in which you were the sub-contractor that self-performed the fire protection portion of work as part of a construction contract, the fire protection portion must have a completed value of $1 Million or greater. Only individual task orders issued against an IDIQ contract will be considered, we will not consider an IDIQ contract as a whole. 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. Value of Fire Protection System scope if performed on a contract as the fire protection subcontractor. e. Completion Date f. Government/Agency point of contact and current telephone number. g. 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. h. Indicate whether the project is Design-Build or not. 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 15 pages. This package shall be sent by email, no larger than 10 MB, to the following email address: yaritza.acton@navy.mil or by mail to Naval Facilities Engineering Command, Southeast, Attn: Yaritza Acton, MACC Cell, P.O. Box 30, 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 3 April 2018 and the subject line shall read: 18FPMAC. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the individual participants. Questions or comments regarding this notice may be addressed to email addresses above or by phone to Yaritza Acton at (904) 542-6810.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33426d7d7d5bb6e34423549afb980184)
 
Record
SN04842903-W 20180307/180305231333-33426d7d7d5bb6e34423549afb980184 (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.