Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2022 SAM #7649
SOURCES SOUGHT

99 -- SOURCES SOUGHT � N44255FY23JOC NAVFAC NORTHWEST JOB ORDER CONSTRUCTION CONTRACT (JOC)

Notice Date
11/7/2022 3:16:42 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVFAC NORTHWEST SILVERDALE WA 98315-1101 USA
 
ZIP Code
98315-1101
 
Solicitation Number
N44255FY23JOC
 
Response Due
11/18/2022 2:00:00 PM
 
Point of Contact
Emily Easterday, Micah Nazarino
 
E-Mail Address
emily.m.easterday.civ@us.navy.mil, micah.nazarino.civ@us.navy.mil
(emily.m.easterday.civ@us.navy.mil, micah.nazarino.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Synopsis only.� This is not a solicitation for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. There is no bid package or solicitation. �All responses will be provided in writing via e-mail.� No presentations or site visits will be scheduled for this sources sought notice. Naval Facilities Engineering Systems Command (NAVFAC) Northwest is seeking responses from small business construction firms with interest and current relevant qualifications, experience, personnel, and capability to perform the work described below at various installations and facilities serviced by NAVFAC Northwest.� Two separate contracts are contemplated: West Sound (Naval Base Kitsap to include Puget Sound Naval Shipyard, Naval Base Bangor, Keyport, Manchester Fuel Depot, with some work located at Naval Magazine Indian Island). � North Sound (Naval Air Station Whidbey Island, Everett, Smokey Point, with some work located at Jim Creek and Pacific Beach) The North American Industry Classification System (NAICS) Codes are 238220, Plumbing, Heating and Air Conditioning, with a Small Business Size Standard of $16.5 million and 238210, Electrical Contractors and Other Wiring Installation Contractors, with a Small Business Size Standard of $16.5 million. If your firm is unable to perform both NAICS, the Government is considering award of contracts exclusively for services under NAICS 238220. �Firms may respond that they are interested in one or both contract locations. West Sound - The planned maximum ordering capacity is not-to-exceed $99 million over the life of the contract, or five years including options.� Task orders will be issued as firm-fixed-price with an anticipated minimum value of $2,000 and an anticipated maximum of $2 million.� Some task orders may exceed the anticipated maximum value.� � North Sound - The planned maximum ordering capacity is not-to-exceed $40 million over the life of the contract, or five years including options.� Task orders will be issued as firm-fixed-price with an anticipated minimum value of $2,000 and an anticipated maximum of $1.5 million. �Some task orders may exceed the anticipated maximum value. JOCs are intended to provide rapid response in a cost effective manner. Each Task Order (TO) will be issued with specific information scope information such as guide specifications, and/or criteria. Design-Build TOs and TOs for design will not be issued under these contracts. �However, minimal design services (i.e. work plans, shop drawings) related to construction may be required however certified designs (stamped drawings) are not required nor will be requested under this JOC.� The contracts are planned as an indefinite delivery, indefinite quantity (IDIQ) construction contracts.� The Government is contemplating pricing utilizing RS Means with the applicable area cost factor and the firm proposing a coefficient for overhead and profit application to the RS Means cost. Interested small businesses are invited to respond to this sources sought by completing and returning the response form provided with the announcement published on Contract Opportunities within SAM.GOV.� Each responding small business is requested to provide up to three projects, which best demonstrate the company�s experience relative to the types of work covered by this requirement in order for NAVFAC Northwest to determine there are a sufficient number of qualified small businesses to set the solicitation aside for small business.� Projects provided for experience need to be representative of NAICS 238220 and 238210, or exclusively 238220. The projects should meet the description above, and be similar in size and scope.� Projects involving but not limited to alterations, repairs, and construction of general purpose plumbing and electrical systems; HVAC; electrical and/or mechanical commissioning, testing and balancing; sound and vibration control; ventilation and exhaust systems; basic mechanical materials and methods; plumbing and piping for HVAC; insulation; instrumentation and control; boilers; chillers; and cooling towers. Experience with federal, state, local Government, and/or commercial customers is acceptable.� Within the narrative section of the response form, describe the projects in sufficient detail to demonstrate your firm�s experience with the types of work outlined in the work description above.� Responses must have sufficient detail so that NAVFAC NW can determine if there are an adequate number of qualified small businesses available to set aside the solicitations.� If an insufficient number of qualified responses are received, NAVFAC Northwest may issue the solicitations utilizing full and open competition.� Respondents will NOT be notified individually of the results of the sources sought. Please respond to this announcement by 2:00 p.m. Pacific Daylight Time, 18 November 2022 by submitting an e-mail with an attached electronic copy of your response to�emily.m.easterday.civ@us.navy.mil and micah.nazarino.civ@us.navy.mil.� Please name the subject line of your e-mail as �(Insert Company Name) � JOC Sources Sought Response � N44255FY23JOC�.� Emails shall be no more than 5�megabytes�in size.� If more than 5 MB are needed, more than one email may be sent.� Please name your attached electronic file response as �(Insert Company Name) � JOC Sources Sought Response � N44255FY23JOC.doc� (or .docx or .pdf as appropriate).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9faa6023b56f4c7da889c27373b754c4/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN06511923-F 20221109/221107230103 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.