SOURCES SOUGHT
Y -- DESIGN BUILD CONSTRUCTION PROJECT, REPLACE WATERFRONT TRANSFORMERS AND IGLOOS AT NAVAL STATION (NS) MAYPORT, FLORIDA
- Notice Date
- 5/1/2024 8:21:32 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945024R0084
- Response Due
- 5/15/2024 12:00:00 PM
- Archive Date
- 05/30/2024
- Point of Contact
- Deborah TORRENCE, Phone: 9045426665, Lindsay Betteridge, Phone: 9125734610
- E-Mail Address
-
deborah.d.torrence2.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(deborah.d.torrence2.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BUILD CONSTRUCTION PROJECT, REPLACE WATERFRONT TRANSFORMERS AND IGLOOS AT NAVAL STATION (NS) MAYPORT, FLORIDA THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. 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 OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement. Project Description: Project Description: The project will replace the primary and secondary electrical distribution system, lighting, and nine (9) transformers with switchgears, and power & telecommunication igloos infrastructure for six (6) substations at ECHO, ALPHA, BRAVO, and DELTA wharves to meet the full shore power requirements of various naval ships.� Demolish one (1) existing substation building vulnerable to storm surge flooding and build a new elevated substation.� The goal of this project is ensure individual ships meet the full shore power requirements with new transformer & igloo pairs and switchgears to provide greater electric load with twelve receptacles capacity.� The contractor will be required to work around ongoing operations in an occupied facility and maintain close coordination with facility occupants to reduce impacts to operations. Any resultant contract will be firm-fixed price. The North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $45.0 million. The Project Service Code (PSC) is Y1EZ � Construction of Other Industrial Buildings. Project Magnitude is between $25,000,000 and $100,000,000. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The period of performance for the base award for ALPHA, BRAVO, and DELTA wharves is four years and an option award for ECHO wharves for a period of four years after option award. �The anticipated award date is April 2025. Industry will be notified of the results of this evaluation and set-aside determination via the pre-solicitation/synopsis notice. Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted, providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 24 pages. The information which must be contained in your response is as follows: 1) �Contractor Information: Name and address of company, point of contact with phone number and email address. 2) �Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 �applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) �Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $100 Million per project, and the maximum aggregate bonding. 4) �System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Unique Entity Identifier (formerly DUNS Number).� 5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal:� _____ Yes�������� ______No. 6) Experience Submission Requirements:� Responders shall submit a minimum of three (3) and a maximum of five (5) Design-Build or Design-Bid-Build projects that are similar in size, scope and complexity to the proposed project description that demonstrates experience as the prime contractor completed in the last ten (10) years.� A minimum of two (2) relevant project must be Design-Build.� To be considered relevant, all projects must include the construction or replacement of substation primary and secondary electrical distribution systems, transformers, switchgears, power & telecommunication igloos, and lighting infrastructure with a minimum contract value of approximately $25,000,000.00. The relevant projects must demonstrate experience in all of the following: Design and construction or replacement repair of existing waterfront substation primary and secondary electrical distribution systems, transformers, switchgears, power & telecommunication igloos, and lighting infrastructure. Design and construction or replacement repair of buildings infrastructure. Design and construction or replacement repair of wharf or pier concrete pavement. Design and construction or replacement repair of mechanical, fire protection, interior/exterior electrical systems. Working around ongoing operations Commissioning It is not necessary that any single project include all six (6) construction experiences specified above, but all six (6) construction capabilities must be demonstrated within the relevant projects submitted. Submissions shall contain the following items below (1-6) for each project submitted for consideration.� 1. Include Contract Number, if applicable 2. Indicate whether Prime contractor or Subcontractor 3. Contract Value 4. Completion Date 5. Government/Agency point of contact and current telephone number. 6. Project Description.� Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. A project is defined as a construction project performed under a single task order or contract.� For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. � The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.� Interested parties should respond no later than 15 May 2024, 3:00 pm Eastern Time via email to deborah.d.torrence2.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil.� The subject line of the email shall read: Replace Waterfront Transformers and Igloos at NS Mayport, Florida. �Emails shall be no more than 8 MB in size.� Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.� Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3abdde9c1846462580db608062b698db/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Record
- SN07049122-F 20240503/240501230043 (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 |