SOURCES SOUGHT
Y -- Indefinite Delivery Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Navy Support Facility (NSF), Diego Garcia, British Indian Ocean Territory (B.I.O.T)
- Notice Date
- 4/30/2020 2:06:14 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
- ZIP Code
- 96349-0013
- Solicitation Number
- N4008420R0079
- Response Due
- 5/21/2020 10:30:00 PM
- Archive Date
- 06/06/2020
- Point of Contact
- Rosario Hocog
- E-Mail Address
-
Rosario.Hocog@fe.navy.mil
(Rosario.Hocog@fe.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. The intent of this notice is to identify qualified and interested offerors for information and planning purposes. The information received will be utilized within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Naval Facilities Engineering Command, Far East (NAVFAC FE) Core Execution Team (CET) is seeking potential sources for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for construction projects at various locations on U.S Navy Support Facility (NSF) Diego Garcia, British Indian Ocean Territory (B.I.O.T). � Construction projects to be performed will primarily consist of general building type projects, including repair work, renovation, alteration, construction, demolition, and any necessary design, to shore facilities. The scope of work may include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding and masonry. The Contractor may be provided full-blown plans and specifications, sketches, no design, or may be required to do design-build. Depending on the work to be accomplished, additional prescriptive Unified Facilities Guide of Specifications (UFGS) will be required. The resulting contract is anticipated to have a five-year ordering period, or an aggregate value of $249,000,000 for all contracts, whichever comes first. MACC contractors will compete for task orders which typically range between $150,000 to $50,000,000; however, task orders below or above these amounts may be considered if deemed to be in the Government�s best interest. Task orders may require both design and construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum amount will be guaranteed for each awardee. Contractors are not guaranteed work in excess of the minimum about that will be established. The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, with an annual size standard of $39.5M. Located in the central Indian Ocean, Diego Garcia is an atoll in the Chagos Archipelago and is an island of the British Indian Ocean Territory, an overseas territory of the United Kingdom. SPECIAL REQUIREMENT: Interested parties are advised that under a bilateral international agreement between the government of the Unites States of America (U.S.) and the government of the United Kingdom of Great Britain and Northern Ireland (U.K.), construction contracts for U.S. military installations on Diego Garcia shall be awarded to joint-ventures exclusively between U.S and U.K. firms unless no qualified joint-venture submits a reasonable offer for such contracts, in which case they shall be opened to U.S. firms. In addition, the following conditions shall apply to such contracts involving any U.S.-U.K. joint-venture: (a) Management control shall be vested in the U.S. partner or partners; and�(b) In no event shall U.S. partner participation be less than 60%, or U.K. participation�be less than� 20%. U.S. firms that are not part of an eligible joint venture will be permitted to submit a proposal but will only be eligible to be considered for award if no reasonable offer is received from any qualified joint venture. SUBMISSION REQUIREMENTS: Interested firms should submit a brief capabilities statement package (no more than 12 single-sided pages or 6 double-sided pages, including attachments, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capabilities package must be complete and sufficiently detailed to allow the Government to determine the firm�s qualifications to perform the defined work. Interested firms may submit information using Attachment (1) Sources Sought Contractor Information Form, to demonstrate capabilities, capacity and experience. Interested sources do not need to meet Joint-Venture requirements at this point since this Sources Sought Notice is solely for market research purposes and not a Request for Proposals (RFP). Respondents will not be notified of the results of the Navy�s market research. NAVFAC FE will utilize the information for acquisition planning purposes. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this Sources Sought announcement electronically to Ms. Rosario Hocog at rosario.hocog@fe.navy.mil no later than 1430 PM Japan Standard Time (JST) on Friday, 22 May 2020. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/57bf7c0635a9435e96eeede903dc54bd/view)
- Place of Performance
- Address: DGA
- Country: DGA
- Country: DGA
- Record
- SN05642024-F 20200502/200430230149 (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 |