DOCUMENT
Y -- SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS WATERFRONT FACILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM - Attachment
- Notice Date
- 7/20/2018
- Notice Type
- Attachment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS ACQUISITION CORE, Code RRA30, 1220 Pacific Highway, San Diego, CA
- Solicitation Number
- N6247318RWTER
- Response Due
- 8/6/2018
- Archive Date
- 8/21/2018
- Point of Contact
- Michelle Sanders, (619) 532-3400, michelle.sanders@navy.mil
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS WATERFRONT FACILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the overall market research conducted by the Government in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction, repair, and renovation of waterfront facilities projects. The term self-perform refers to performing relevant and major construction trade work in-house without subcontractors. This does not include administrative or management functions. Relevant and major trade work is that which is the same or similar to the work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) Code is 237990 (Other Heavy and Civil Engineering Construction) with a Small Business Size Standard of $36.5 million. Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the area of responsibility (AOR) of NAVFAC Southwest including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The proposed contract(s) will be for one (1) base period of two (2) years and one (1) option period of three (3) years for a maximum of five (5) years or an aggregate value of $450,000,000. Task order range is estimated between $50,000 and $30,000,000. Projects will be primarily design-build or secondarily design-bid-build for new construction, repair, and renovation of waterfront facilities. Types of waterfront projects may include, but are not limited to: piers, wharves, quay walls, magnetic silencing facilities, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection systems, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, camels, separators, brows, and gangways. The work also includes the design and construction of all utilities for marine operations and other waterfront structures (both in and above water) related to waterfront operations (such as unexploded ordinance, crane rails, security, all applicable Federal, State, and local regulatory/environmental requirements, etc.) to support Navy vessels and port operations. It is anticipated that the majority of the work will involve dredging and disposal, demolition, marine pile driving, fender system replacement, marine concrete repairs, pier utilities repair and replacement, and small marine construction projects such as boat ramps and platforms. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The following information shall be provided: 1) Contractor Information: Provide the contact information of your firm, including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide the name of your surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify the locations in which you are willing and capable to work. 5) Experience: Submit a maximum of five (5) recent specific government or commercial contracts/projects to demonstrate the experience of your firm in self-performing new construction, repair, or renovation of waterfront facilities projects as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the seven years prior to the Sources Sought Synopsis issuance date. All projects shall have a minimum construction cost of $50,000. If your firm performed the work as a subcontractor, your subcontract shall have a minimum construction cost of $50,000. Projects which do not meet these requirements may not be considered relevant. Additional submission requirements: ---Submit at least one relevant self-performed project with a construction cost of $5,000,000 or above. This refers to the total contract cost if the work was performed by the Offeror as prime contractor, or the subcontract cost if the work was performed by the Offeror as a subcontractor for the waterfront facility portion of the work only. ---Submit at least one relevant self-performed project that demonstrates experience in dredging. ---Submit at least one relevant self-performed project that demonstrates experience with design-build. For each of the projects submitted for experience evaluation, provide the following: ---Title and location ---Award and completion dates ---Contract or subcontract value ---Type of work for overall project ---Current customer information including point of contact, phone number, and email address ---Whether the work was performed as a prime or subcontractor ---Type of contract (Design-Build or Design-Bid-Build “ see Sources Sought Information Form) ---Narrative project description ---Description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Time) on 6 August 2018. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Michelle Sanders - CIMAR, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to michelle.sanders@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ and begin with N62473.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247318RWTER/listing.html)
- Document(s)
- Attachment
- File Name: N6247318RWTER_Sources_Sought_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N6247318RWTER_Sources_Sought_Synopsis.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247318RWTER_Sources_Sought_Synopsis.pdf
- File Name: N6247318RWTER_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247318RWTER_Sources_Sought_Information_Form.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6247318RWTER_Sources_Sought_Information_Form.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247318RWTER_Sources_Sought_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N6247318RWTER_Sources_Sought_Synopsis.pdf)
- Record
- SN05000258-W 20180722/180720230604-b2030400a37f00ecea2eece1c204d235 (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 |