SOURCES SOUGHT
Y -- Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily at various locations within NAVFAC Washington�s Area of Responsibility
- Notice Date
- 2/3/2023 10:42:15 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N4008021R0003
- Response Due
- 2/8/2023 11:00:00 AM
- Archive Date
- 09/04/2021
- Point of Contact
- Kennett Morris, Phone: 2026857418, Daniel Russell, Phone: 2026858086
- E-Mail Address
-
kennett.a.morris.civ@us.navy.mil, daniel.russell1@navy.mil
(kennett.a.morris.civ@us.navy.mil, daniel.russell1@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.�� Subject of Proposed Contract Action: Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily at various locations within NAVFAC Washington�s Area of Responsibility� Solicitation Number: N40080-21-R-0003� Notice Type: Sources Sought� Date: 03 February 2023�� Response date: 08 February 2023� Classification Code: Y-Construction of structures and facilities� NAICS Code: 236220 � Commercial and Institutional Building Construction� Point of Contact: Kennett Morris | Contracting Officer | Email: Kennett.a.morris.civ@us.navy.mil | Phone Number: 202-685-7418� Contracting Office: 1314 Harwood St., SE, Washington Navy Yard, District of Columbia 20374� The Naval Facilities Engineering Command, Washington is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily in at various locations within NAVFAC Washington�s Area of Responsibility (AOR).� This contract(s) will require the ability to manage multiple task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Construction of United States Government certified secure facilities that meet the Intelligence Community Directive #705 (ICD 705) may be required.� 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.� This MACC will be solicited with a seed project.? The seed project for this MACC is the P-3002 Relocated Hazardous Cargo Pad & EOD Proficiency Range that will be located at Joint Base Anacostia Bolling, Washington, D.C. The project is the construction of an aircraft hazardous cargo pad (approx. 80,550 SF concrete), a 75-foot wide concrete taxiway (approx. 159,005 SF), asphalt taxiway shoulders (approx. 159,075 SF), Explosive Ordnance Disposal (EOD) Proficiency Range that includes a 1,120 SF area for a detonation bunker and 260 SF concrete protection bunker. In accordance with FAR 36.204 and DFARS 236.204, the magnitude of construction for P3002 is between $25,000,000 and $100,000,000.� It is anticipated that approximately (6) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for a one (1) base year from the date of contract award with four (4) one-year option periods. The total estimated construction cost for all contracts will not exceed $950,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $15,000,000 to $100,000,000; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $100,000,000 and a minimum aggregate bonding capacity of $300,000,000.� The appropriate North American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $39,500,000.� If the requirement is advertised as a small business set-aside, then the resulting solicitation/contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.�� It is requested that interested small businesses submit to the Contracting Officer a capabilities package: which is limited, to include the �1. Sources Sought Contractor Information Form, and: �2. Sources Sought Project Information Form, provided as attachments to this notice.� The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC.� A relevant project is further defined as:� Size: A final construction cost of $15,000,000 or greater. At least one (1) project must have a final construction cost of $50,000,000 or greater.� Scope/Complexity: Individual projects shall demonstrate experience with at least one of the following:� New building construction of a building(s).� Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures.� Note: Projects submitted that only include horizontal or civil site work will not be considered relevant.� Additionally, submitted relevant projects shall demonstrate the following characteristics:� Offerors shall have acted as the prime contractor on submitted projects. Offeror�s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract.� Experience with both new construction (at least 1 one project) and renovation (at least one project).� Experience with design-build (at least 1 project).� Experience with design-bid-build construction (at least 1 project). Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements.� 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 a solicitation. 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 Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.� 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 NLT 08 February 2023 at 2:00 PM Eastern Daylight Saving Time. LATE SUBMISSIONS MAY NOT BE ACCEPTED.� The package shall be sent via electronic mail to Kennett Morris at kennett.a.morris.civ@us.navy.mil.� Attachments are limited to a total of 5MB.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0d6d549aec4343efa5e216283c1edc8e/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20374, USA
- Zip Code: 20374
- Country: USA
- Zip Code: 20374
- Record
- SN06582484-F 20230205/230203230109 (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 |