SOURCES SOUGHT
99 -- Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Roof Repairs and Replacement primarily performed in the NAVFAC MIDLANT Great Lakes Area of Responsibility (AOR)
- Notice Date
- 2/4/2020 12:55:20 PM
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0041
- Response Due
- 2/14/2020 8:59:00 PM
- Archive Date
- 02/29/2020
- Point of Contact
- Rachel Honecker, Phone: 7573411652, Quin Conerly-Anderson, Phone: 7573410089
- E-Mail Address
-
rachel.honecker@navy.mil, Quin.conerly-anderso@navy.mil
(rachel.honecker@navy.mil, Quin.conerly-anderso@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS NOTICE.�� The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Business, 8(a),� HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Businesses capable of performing a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Roof Repairs and Replacement primarily performed in the NAVFAC MIDLANT Great Lakes Area of Responsibility (AOR) including Michigan, Wisconsin, Illinois, Indiana, Ohio and Kentucky. Some work could be located in other areas within the NAVFAC MIDLANT�s AOR as approved by the Contracting Officer. This contract(s) will require the ability to manage multiple task orders concurrently. Work includes, but is not limited to, a diverse range of projects for demolition, repair, replacement, modification, and new installation of various Roof Repairs & Replacement systems including incidental work such as general construction, specialty trades, and removal of hazardous materials (asbestos, Polychlorinated Biphenyls (PCBs) and lead contaminated materials).� Projects shall be in conformance with all applicable referenced criteria per the construction standards, laws and regulations, including applicable building, fire life safety codes, and environmental regulations. Types of buildings and facilities include administrative, industrial, warehouses, maintenance, communications, schools, training, education, personnel support, recreational, food services, training areas/ranges, roads, etc. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.� It is anticipated approximately five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $15,000,000 for the life of the contract.� Projects awarded on this MACC will have an estimated construction cost of approximately $100,000 to $750,000; however, smaller and larger dollar value project may be considered. The primary North American Industry Classification System (NAICS) Code for this procurement is 238160 � Roofing Contractors and the annual size standard is $16,500,000.� The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states, �The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.� Firms must be able to demonstrate bonding capacity for an aggregate amount of $5,000,000 per year.� Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety It is requested that interested small businesses respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. The Project Data Form shall be used to document a minimum of three (3) and a maximum of five (5) 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 to the projects proposed for this MACC. Size: A final construction cost of $100,000 or greater.� At least one (1) project must have a final construction cost of $1,000,000 or greater. Scope/Complexity: A relevant project is further defined as demonstrating the capability to repair and replace roofs such as flat roofs, metal roofs, and built-up roofs. Additionally, submitted relevant projects shall demonstrate the following characteristics: ���� a)Experience as the prime contractor on submitted projects.� Subcontractor experience will not be considered. ���� b)A capability statement that demonstrates the company owns and employees the appropriate labor and equipment to execute workload �����c)A list of current employees able to serve as a Project Superintendent, Quality Control Manager and/or Sight Safety and Health Officer (SSHO) Ensure that the project description clearly identifies whether or not the project is new construction, provides the final construction cost, and address how the project meets the scope/complexity. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. 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 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 ON 14 FEBRUARY 2020 by 2:00 P.M. EST.� LATE RESPONSES WILL NOT BE ACCEPTED.� The submission package shall be sent via email to rachel.honecker@navy.mil.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7d423b02b5f04da798994cddb1424dcd/view)
- Place of Performance
- Address: Great Lakes, IL, USA
- Country: USA
- Country: USA
- Record
- SN05552213-F 20200206/200204230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |