Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2023 SAM #7745
SOLICITATION NOTICE

Z -- PRESOLICITATION NOTICE FOR DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) GENERAL CONSTRUCTION SERVICES AT NSA CRANE, INDIANA AREA OF RESPONSIBILITY

Notice Date
2/8/2023 12:27:59 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2550
 
Archive Date
03/08/2023
 
Point of Contact
Kristy Wright
 
E-Mail Address
kristy.l.wright12.civ@us.navy.mil
(kristy.l.wright12.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice does NOT constitute a request for proposal, request for quote or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract action for a small business set-aside Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Construction Contract (MACC) for facilities primarily at Naval Support Activity (NSA) Crane IN and Naval Operational Support Centers (NOSCs) within the Area of Responsibility (AOR) of a 450-mile radius of NSA Crane Indiana. PROJECT DESCRIPTION: This contract(s) will require the ability to manage multiple service 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. Lead or asbestos abatement may be required. Work in explosive facilities 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. It is anticipated up to six (6) contracts will be awarded as a result of this potential solicitation unless more or less than six (6) is determined to be the best value to the government by the Source Selection Authority. Projects awarded on this MACC will have an estimated construction cost of approximately $500,000 to $5,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. Firms shall demonstrate a minimum bonding capacity per project of at least $5,000,000 and an aggregate bonding capacity of $50,000,000. The initial project (�seed project�) �that will be awarded as the first task order concurrently with the basic contract is BLDG 3235 Battery Area Upgrades, Crane, Indiana. The building is divided into Zones, 1, 2, and 3. Zone 1 consists of office and other related spaces. Zone 2 consists of nondestructive testing labs, storage rooms, and support spaces. Destructive testing occurs in Zone 3. Zone 3 has a total of 10 concrete test cells. Destructive testing occurs within these cells. These test cells have been designed to withstand sustained pressures ranging from 10 to 30 psig. The test cells are surrounded by occupied �runway areas that are used by personnel as workspace. In Zone 3, site personnel have witnessed gases from battery testing leaking from the supply and exhaust systems. This project replaces the process ventilation systems in Zone 3 to correct these deficiencies, replaces some HVAC systems and chilled water systems for Zones 2 and 3, replaces fire detection and suppression systems for Zones 1, 2 and 3, and includes structural modifications to the test cells in Zone 3 to accommodate process ventilation upgrades. The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation.� This solicitation is being advertised as a Small Business Set-Aside. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� . The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $45,000,000.� In accordance with FAR 36.204, the magnitude of construction for the seed project is between $5,000,000 and $10,000,000. The contract term will be a base period of one (1) year from the date of contract award with four (4) one-year option periods, not to exceed 60 months. This is a new procurement. It does not replace an existing contract. No prior contract information exists. This office anticipates award of a contract for these services by JULY 2023. The Sources Sought Notice was published to SAM.gov on 16 JUNE 2022 with a response due date of 30 JUNE 2022. The intent of the Sources Sought Notice was to seek eligible Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Businesses to determine the opportunity for a set-aside.� The Government invited contractors with the relevant experience necessary to meet or exceed the stated requirements to submit a capabilities package, to include the Sources Sought Contractor Information Form, and the Sources Sought Project Data Form, demonstrating the ability to perform the requested services. Six (6) responses were received.� Based on the market research conducted for this procurement, there is a reasonable expectation that two or more capable small businesses will propose on this requirement.� Successful award and completion of the requirements can be achieved by soliciting this contract as a Small Business Set-Aside, as stated in the DD2579, Small Business Coordination Record.� The NAVFAC Atlantic Deputy Associate Director for Small Business concurred with the recommendation on 15 SEPTEMBER 2022.� On 15 SEPTEMBER 2022, the Small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579. The Request for Proposal (RFP) will be issued on or about 23 FEBRUARY 2023.� All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites.� The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov.� Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Kristy Wright at kristy.l.wright12.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f57b8ff3e194e5eaba0fec984feba25/view)
 
Place of Performance
Address: Crane, IN, USA
Country: USA
 
Record
SN06585744-F 20230210/230208230107 (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.