SOURCES SOUGHT
Z -- Job Order Contract Construction NAVSEA PHD
- Notice Date
- 10/18/2022 2:59:21 PM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
- ZIP Code
- 93043-5007
- Solicitation Number
- N6339423R0TBD-JOC
- Response Due
- 11/2/2022 10:00:00 AM
- Archive Date
- 10/18/2023
- Point of Contact
- Ted Reed, Siouzann Lende
- E-Mail Address
-
ted.l.reed.civ@us.navy.mil, siouzann.r.lende.civ@us.navy.mil
(ted.l.reed.civ@us.navy.mil, siouzann.r.lende.civ@us.navy.mil)
- Small Business Set-Aside
- HZS Historically Underutilized Business (HUBZone) Sole Source (FAR 19.13)
- Description
- This is a Sources Sought Notice for market research purposes only. The Naval Surface Warfare Center,�Port Hueneme Division issues this Sources Sought Notice as a means of conducting market research to�identify interested HUBZone and other parties for this requirement. This Sources Sought Notice is�focused on identifying capabilities in the market place and resources to support this requirement, as�well as obtaining related technical information for the procurement of the requirement listed below. The results of this market research will contribute to determining the feasibility of a HUBZone set aside,�as well as the method of procurement. The applicable North American Industry Classification System code assigned to this procurement is�238990 -All Other Specialty Trade Contractors and the annual size standard is $16.5M. Per FAR 36.204, Disclosure of the Magnitude of Construction Projects, the estimated cost is between�$5,000,000 and $10,000,000. The purpose of this Job Order Contract (JOC) is to provide specialty trade alteration, repairs, and construction services with minimal design requirements for new minor construction, facility repair, rehabilitation, and alterations for a broad range of renovation and construction work. This JOC is intended to provide rapid response for construction, maintenance, rehabilitation and repair of real property in a cost effective manner. Task orders for design only shall not be placed against the contract. However, minimal design services related to construction may be required. Firm-fixed-price task orders for construction will be placed against the contract. The successful offeror must be able perform multiple task orders simultaneously. This potential requirement will be awarded as a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The performance period will be for one (1) base year with four (4) option years. This Sources Sought Notice is issued for informational and planning purposes only and does not�constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). This�Sources Sought Notice shall not to be construed as a commitment by the Government to issue a�solicitation or award a contract. The Government will not reimburse any costs associated with�responding to this notice. Information submitted in response to this Sources Sought Notice will become�the property of the United States Government. Responses to this Sources Sought Notice may be used to�determine small business set-aside opportunities, FAR 52.219-14, Limitation on Subcontracting, applies. Interested parties shall address the following in their response to this Sources Sought Notice: 1. COMPANY INFORMATION (a) Company name, Address, Data Universal Number System (DUNS) number, and Commercial and�Government Entity (CAGE) code. (b) Company designated representative name(s) and point(s) of contact, including phone number�and email address. (c) Company size and socioeconomic status under the applicable NAICS as reflected in SAM.gov. Interested vendors shall identify their company as one or more of the following: � Small business � Small disadvantaged business (SBD) � 8(a) participant � HUBZone small business � Veteran-owned small business (VOSB) � Service-disabled veteran-owned small business (SDVOSB) � Women-owned small business (WOSB) � Economically disadvantaged women-owned small business (EDWOSB) � Large Business 2. CAPABILITY STATEMENT Interested parties shall submit a Capability Statement that sufficiently addresses the following items to�demonstrate the contractor's capability to perform the requirements: (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking�involving the renovation and repair of carpet, flooring, baseboards, and painting on a military installation; (b) The contractor's technical ability, or potential approach to achieving technical ability; (c) The contractor's capacity, or potential approach to achieving capacity, to perform the�requirements. 3. FEEDBACK AND QUESTIONS REGARDING THE FEASIBILITY OR CHALLENGES TO PERFORM THE�WORK DESCRIBED ABOVE NSWC PHD may request further information regarding the capabilities of respondents to meet the�requirements set forth in this Sources Sought Notice. Responses are to be received no later than 10:00�AM Pacific Standard Time on 02 November 2022. Please email responses or questions regarding this�requirement to the Contract Specialist, Ted Reed (ted.l.reed.civ@us.navy.mil) with copy to the�Contracting Officer, Siouzann Lende (siouzann.r.lende.civ@us.navy.mil). Respondents are responsible for properly marking and clearly identifying proprietary information or�trade secrets contained within their response. The Government will not be liable for, or suffer any�consequential damages for any proprietary information not properly marked and clearly identified.�Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. The Government WILL NOT PAY for any information received in response to the Sources Sought nor will�the Government compensate respondents for any cost incurred in developing information for,�participating in meetings with, or engaging in discussions with the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5702c14b84584c84a8f9c03c01a1a695/view)
- Place of Performance
- Address: Port Hueneme CBC Base, CA 93043, USA
- Zip Code: 93043
- Country: USA
- Zip Code: 93043
- Record
- SN06497170-F 20221020/221018230123 (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 |