SOURCES SOUGHT
Y -- AIRFIELD SECURITY IMPROVEMENTS, MARINE CORPS AIR STATION (MCAS), MIRAMAR, SAN DIEGO, CALIFORNIA
- Notice Date
- 11/29/2018
- Notice Type
- Synopsis
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn FOCAS Team 1220 Pacific Highway San Diego, CA
- ZIP Code
- 92132
- Solicitation Number
- N6247319BFENC
- Response Due
- 12/13/2018
- Archive Date
- 12/28/2018
- Point of Contact
- BRAD CRAWFORD, 619-532-3671
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE FOR AIRFIELD SECURITY IMPROVEMENTS, MARINE CORPS AIR STATION MIRAMAR, SAN DIEGO, CA 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 Southwest to facilitate the decision making process. It does not constitute a solicitation (Request for Proposal, Invitation for Bids, or Request for Quotations) or a promise to issue a solicitation in the future. NAVFAC Southwest 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), Small Businesses (SB), and Large Business (LB). Based upon this survey a decision will be made whether to issue any proposed solicitation will be limited to small business or issued for full and open competition (unrestricted). This notice does not constitute a Request for Proposal/Solicitation, Request for Quotation, 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 responsible to check the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and the Federal Business Opportunities website. NAVFAC Southwest is seeking qualified businesses with current relevant experience to perform the following as described below: Project Description: Repair/replace the perimeter security fence around the Marine Corps Air Station (MCAS) Miramar airfield perimeter. The construction work shall include demolition, repair and new work. This project provides demolition and replacement of approximately 24,600 linear feet of existing chain link fence, vehicle gates, and swing arm barriers. Project site is located in an environmental sensitive area and subject to strict environmental requirements as defined in the JSF supplemental environmental assessment for MCAS Miramar. Construction contractor shall be required to coordinate with government biologist to avoid disturbance to federally listed species within the project site. Species include but are not limited to the following: San Diego Fairy Shrimp (SDFS), button celery, mesa mint, and the gnatcatcher. The project biologist will be on site during vegetation removal, pre-project flagging, and other construction activities with the potential to impact federally listed species including use of heavy machinery within 100 feet of known vernal pool watersheds. NAICS Code: 238990 “ All Other Specialty Trade with the annual size standard of $15 million. Project Magnitude is $3,000,000 to $5,000,000 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), Small Businesses (SB), or Large Business (LB). 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 name and your maximum bonding capacity per individual project. Offerors must be able to bond at the higher end of the project range of $3,000,000 to $5,000,000. 5. Experience Submission Requirements: Submit a minimum of two (2) Design-Build or Design-Bid-Build projects, to that demonstrate experience in which your firm self-performed and completed a fence replacement project of a similar size, scope and complexity to the project description above within the last ten (10) years and with an approximate fence replacement scope value between $3,000,000 to $5,000,000. Work performed as a subcontractor is acceptable; work that was subcontracted to another firm instead of being self-performed is not acceptable and will not be considered. Submissions shall contain the following items below for each project submitted for consideration. Include Contract Number, if applicable Indicate whether Prime contractor or Subcontractor Contract Value Value of fence replacement scope Completion Date Government/Agency point of contact and current telephone number. 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. Indicate whether the project is Design Build or Design Bid Build Capability Statements consisting of appropriate documentation, literature, brochures, etc. will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 15 single-sided pages. This package shall be sent by email, no larger than 6 MB, to bradley.crawford@navy.mil or via regular mail to: NAVFAC Southwest CI ACQ Core, FOCAS Team Attn: Brad Crawford 1220 Pacific Highway, Building 127 San Diego, CA 92132 Submissions must be received at the email address cited above or via mail no later than 2:00 PM local San Diego time on December 13, 2018. LATE SUBMISSIONS WILL NOT BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247319BFENC/listing.html)
- Record
- SN05162331-F 20181201/181129230019 (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 |