SOURCES SOUGHT
Z -- SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) WATER/WASTEWATER UTILITIES MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR)
- Notice Date
- 4/8/2025 7:47:39 AM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450-25-R-WSMC
- Response Due
- 5/9/2025 12:00:00 PM
- Archive Date
- 05/24/2025
- Point of Contact
- Marina G. Mote, Matthew Abbott, Phone: 9044760674
- E-Mail Address
-
marina.g.mote.civ@us.navy.mil, matthew.j.abbott5.civ@us.navy.mil
(marina.g.mote.civ@us.navy.mil, matthew.j.abbott5.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT 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 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. In order to protect the procurement integrity of any future procurement, if any, 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. If a solicitation is issued, the solicitation number will not be the same number as the source sought notice number. It is the potential offeror�s responsibility to check Contract Opportunities on the SAM.gov website for any updates. The Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is seeking qualified and interested parties in any of the following categories: Small Business (SB), Service Disabled Veteran-Owned Small Business (SDVOSB), U.S. Small Business Administration (SBA) certified 8(a) program participants, Historically Underutilized Business Zone (HUBZone) Small Business, and Women Owned Small Business (WOSB), with current relevant qualifications, experience, personnel, and capability to perform the work described below: Design Build and Design Bid Build Water/Wastewater Utilities Multiple Award Construction Contract. This contract will primarily consist of new construction, renovation, alteration, demolition, and repairs of potable water/wastewater treatment plants, potable water distribution systems, wastewater collection systems, stormwater systems, and other potable water/wastewater utilities efforts, including storm recovery for the Area of Responsibility managed by NAVFAC SE to include but not limited to, the following States: South Carolina, Georgia, Florida, Alabama, Arkansas, Mississippi, Kansas, Louisiana, Texas, Tennessee, Missouri, and Oklahoma. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e., four (4) or five (5) RFPs issued within a 30-day period). The Government anticipates award will be made to approximately five (5) contractors for a Base year and four (4) one-year options for a total potential period of performance of 5 years. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $249,000,000 over the base year and the four option periods combined. A per-contract maximum will not be identified. Task orders will be firm-fixed price with a minimum value of $250,000 and a maximum value of $15,000,000. The North American Industry Classification System (NAICS) Code is 237110 -- Water and Sewer Line and Related Structures Construction, with the annual size standard of $45 million. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: Contractor Information: Provide your firm�s contact information, to include its System for Award Management (SAM) Unique Entity Identifier and Cage Code numbers. Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____Yes ______No. Type of Business: Small Business (SB), Service-Disabled Veteran-Owned Small Business (SDVOSB), U.S. Small Business Administration (SBA) certified 8(a) program participants, Historically Underutilized Business Zone (HUBZone) Small Business, and Women Owned Small Business (WOSB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. Bond Capacity: Provide your firm�s surety�s name, your firm�s maximum bonding capacity per individual project and aggregate bonding capacity. Your firm must demonstrate it can bond a single project at $15 million. Experience: Submit a minimum of three (3) Design-Bid-Build or Design-Build projects, to include experience in comprehensively performing design and self-performed installation of a similar size and scope and completed within the last seven (7) years, with an approximate completed value of $4,000,000 or greater for each submitted project We are looking for contractors that can self-perform the water/wastewater work. We will not consider contract(s)/work for which your firm sub-contracted the water/wastewater work out to another firm. Each submitted project shall clearly indicate the value for the water/wastewater ion work and the amount of this work completed by the proposing contractor. We will not consider an IDIQ contract as a whole. Individual task order issued against the IDIQ contract will be considered. If you are providing a DB contract for which you were the sub-contractor that self-performed the water/wastewater utilities portion work that was a part of another construction contract, the water/wastewater utility portion must be $4,000,000 or greater. Submissions shall contain the following items below (a � h) for each project submitted for consideration. Include Contract Number, if applicable Indicate whether Prime contractor or Subcontractor Contract Value Value of Fire Protection System scope if performing work on a contract as the fire protection subcontractor Completion Date Government/Agency point of contact and current telephone number. 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. Indicate whether the project is DB or not. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted, providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 15 pages. This package shall be sent by email, no larger than 10 MB, to the following email addresses: marina.g.mote.civ@us.navy.mil. Submissions must be received at the email addresses cited no later than 3:00 PM Eastern Time on May 9th, 2025. The subject line of the email shall state: N69450-25-R-WSMC, Water/Wastewater Utilities MACC Sources Sought Response. Responses that do not meet all the requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation. NAVFAC SE will use the information for technical and acquisition planning. All proprietary information not to be disseminated outside the Government must be clearly marked and identified. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6eec46e2bb3544588ebe2fbeed301e68/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07401819-F 20250410/250408230056 (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 |