SOURCES SOUGHT
Z -- N4008519R9098 REGIONAL MECHANICAL MAINTENANCE INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR THE HAMPTON ROADS AREA OF RESPONSIBILITY
- Notice Date
- 6/6/2019
- Notice Type
- Synopsis
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 23511
- Solicitation Number
- N4008519R9098
- Response Due
- 6/20/2019
- Archive Date
- 7/5/2019
- Point of Contact
- Megan Norton, megan.norton@navy.mil, 757-341-0090
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. 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, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research regarding 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 requested follow-up information. 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. The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. AN INDEFINITE DELIVERY INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR REGIONAL MECHANICAL MAINTENANCE FOR THE HAMPTON ROADS AREA OF RESPONSIBILITY is anticipated. The total contract term is anticipated to be five years; a base year with four option years. General Work Requirements: This is an Indefinite Delivery, Indefinite Quantity contract to provide maintenance, inspection, cleaning, painting, repair, testing, and replacement of various utility systems located outside of facilities and buildings, inside of facilities and buildings where connected to the building systems, under facilities and buildings, underground, above ground, above piers, on piers, under piers, inside double deck piers, in trenches, in tunnels, in and part of supervisory control and Data Acquisition Systems (SCADA), in manholes and pits, in valve pits, in vaults, in wet wells, in, under, and on water storage tanks, and in and on and under pump station facilities and in accordance with the bid schedule or as negotiated non-pre-priced work, and including but not limited to: steam and condensate distribution including pre-engineered, pre-manufactured and pre-insulated conduit systems and pre-insulated conduit systems, sanitary sewage collection systems, sanitary sewage distribution systems, storm water drainage systems, water storage tanks and associated valves, piping, and control systems, rehabilitation of lines, supervisory control and Data Acquisition Systems (SCADA), fire protection water systems, hydrants, water distribution systems, salt water distribution systems, oily water waste oil (OWWO) collection and distribution systems and tanks, compressed air distribution systems, natural gas distribution systems, and propane distribution systems, road and sidewalk repairs, valves, control valves, relief valves, strainers, piping accessories, pump stations, pumps, motors, electrical work, manholes, wet wells, controls, and structural and pipe supports, including all related appurtenances and incidental work. Work shall include all necessary permits. Work shall include sustainability efforts to minimize environmental impacts. The Contractor shall provide all labor, materials, equipment, tools, transportation, supervision, safety, safety measures including gas free certification for all confined spaces, surveys, scoping, layout work, testing, and management necessary to fulfill the requirements of this contract and each task order issued by the Contracting Officer in a timely manner with safety as a high priority and quality work as a final product. The total estimated magnitude of construction for this contract (base period plus option years) is between $25,000,000 and $100,000,000. The anticipated award of this contract is September 2019. The appropriate NAICS code for this procurement is 237110, with a standard size of $36,500,000. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Data Form. The following information shall be provided: 1) Contractor Information: Provide your firm ™s contact information 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 Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm ™s small business status. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The bonding capacity per project must be no less than $25M to be deemed acceptable for this notice. 4) Experience: Submit a minimum of three (3) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract. Recent is defined as having been 100% completed within the seven (7) years prior to the submission due date. A relevant project is further defined as: Size: Contractor shall possess experience within the last (5) five years of completing utility repair work projects of $25,000 or more. At least (3) three projects must each have a final cost for the utility work of $500,000 or more, and demonstrate a substantial quantity of the complexity listed below: Scope: Utility systems work to include: Repair of Utility systems Replacement of Utility Systems New Installation of Utility Systems Work to include ASME Section IX Certified Welding and Fabrication of Piping systems 24 hours/7 Days a week emergency response to emergent utility interruptions in service at least 4 times per month. Maximum response time is 4 hours. Complexity: Utility experience to include work in the following areas: Underground and Aboveground Utility Piping Systems (steam, natural gas, storm water, sanitary sewer, domestic water, saltwater, oily waste/waste oil, steam, hot or chilled water supply, compressed air, fuel oil) Heating and Cooling Generating Systems (compressors, dryers, furnaces, boilers, primary pumps, auxiliary equipment, chillers, cooling towers, exhaust fans, heat exchangers, valves, piping, pumps, heaters, etc.) By-pass pumping, Cured-in-Place liner installation, sanitary sewer repair coordination of clean-up and disinfection assistance. System Testing (all utility systems) Building, scaffolding, rigging, pavement and excavation work (piping supports, utility trenches, manholes and tunnels, wet wells, pump stations) Note: For complexity, the submitted relevant project experience shall demonstrate complexity characteristics noted above. Each relevant project does not need to demonstrate all of the characteristics listed above; however, the relevant projects submitted must collectively demonstrate all of the items. The offeror ™s body of work as a whole will be reviewed to ascertain if it possesses all of these characteristics, taken as a whole. Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Thursday, June 20, 2019 by 2:00 P.M. Eastern Time. The submission package shall ONLY be submitted electronically to Megan Norton via email at megan.norton@navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt. Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to megan.norton@navy.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-JUN-2019); 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/N62470HR/N4008519R9098/listing.html)
- Record
- SN05333328-F 20190608/190606230021 (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 |