Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

Z -- SOURCES SOUGHT FOR IDIQ MACC FOR CONSTRUCTION AND RENOVATION OF VARIOUS WATERFRONT FACILITIES AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY (CA,AZ,NV,CO,UT,NM).

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310RWTFT
 
Response Due
2/10/2010
 
Archive Date
2/25/2010
 
Point of Contact
Nancy LeSageemail: nancy.lesage@navy.milphone: 619-532-3671fax: 619-532-4789
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Businesses, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources with current relevant experience, personnel, and capability to perform a multiple award construction work associated in heavy and civil engineering construction. The work will be for new construction, repair, alteration, and renovation, by design-build or fully-designed dredging and disposal, demolition, and construction related operations, both in and above water; of waterfront facilities, such as, but not limited to: piers, wharves, quay walls, bulkheads, sea wall, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, and dredging and disposal. The work also includes the design and construction of all utilities and other facilities in the waterfront area and/or related to waterfront operations, to support Navy vessels and port operations. Task orders issued under the multiple award contracts will be performed at various federal sites within the area of responsibility (AOR) of Naval Facilities Engineering Command Southwest. However, it is anticipated that most projects will be performed in the state of California. The North American Industry Classification System (NAICS) Code is 237990 (Other Heavy and Civil Engineering) with a Small Business Size Standard of $33.5 million. The proposed contract will be for one base year with 4 one-year renewable options, resulting in the contract performance period of maximum 5 years. The estimated total contract price for the base year and all option years combined is $250,000,000. Task order range is estimated between $500,000 and $20,000,000. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled "Sources Sought Information Form." 1) Contractor Information: Provide your firm's contact information. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business concern. Your Firm must be an approved SBA certified firm (including Mentor-Protg Joint Venture firms) at the time of this sources sought announcement to submit a response. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify which locations you are willing to work. 5) Experience: Submit a maximum of 5 government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in the construction and/or renovation of waterfront facilities as indicated in this announcement within the cost range of $500,000 to $20,000,000. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the product/services provided by your firm; and customer information including point of contact, phone number, and emai! l address. If the project was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house and contract completion date. Indicate whether you have an established working relationship with the design firm. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on February 10, 2010. Please address your response to NAVFAC Southwest, CI Core Team, Attn: Nancy LeSage - RAQ20.NL, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to nancy.lesage@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All NAVFAC Southwest Sources Sought Forms and solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with "N62473."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247310RWTFT/listing.html)
 
Place of Performance
Address: NAVFAC SOUTHWEST1220 PACIFIC HIGHWAY, SAN DIEGO, CA
Zip Code: 92132
 
Record
SN02046798-W 20100123/100121235245-9bcc4a63054d0b9a53e663f55b8072b6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.