Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOURCES SOUGHT

Z -- Minor Construction and Renovation Multiple Award Construction Contract at the Naval Support Activity, Crane, IN

Notice Date
2/13/2012
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008312R2514
 
Response Due
3/6/2012
 
Archive Date
3/21/2012
 
Point of Contact
Timothy Curry (812) 854-3537
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The intent of this notice is to identify potential offerors to determine the applicable set-aside. The Solicitation Number for this announcement is N40083-12-R-2514; The Naval Facilities Engineering Command, Mid-West, PWD Crane, is currently seeking potential sources for a multiple award, indefinite-delivery/indefinite-quantity (IDIQ) type contract for Minor Construction, Renovation and Repair projects with a onetime guaranteed minimum of $15,000.00 per contractor. The government does not guarantee any work beyond the guaranteed minimum of $15,000.00. Approximately four (4) contracts may be awarded for this work. The term of the potential contract will be a 12-month base period and four (4) 12-month option periods to be exercised at the Government s discretion. The term of the potential contract shall not exceed 60 months or the total value of the potential contract shall not exceed $10.0 million, whichever comes first. The estimated range of Task Orders to be awarded is between $2,000.00 and $450,000.00. The NAICS Code for this solicitation is 236210, Industrial Building Construction. The Small Business Size Standard is $33,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the cost of labor. Sources are sought from 8(a) firms including 8(a) firms with a bona find place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, & Wisconsin SBA District Offices. Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, or Women Owned Small Business (WOSB) concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. The contractor must have a bonding capability of $3.0 - $4.0 million in a 12-month period. The intention of the future solicitation is to obtain Minor Construction, Renovation and Repairs at the Naval Support Activity (NSA) Crane, Indiana and the Glendora Test Facility, Sullivan, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various construction, maintenance and alteration projects ranging in size from $2,000.00 to $450,000.00 at assorted buildings and structures at NSA Crane, IN. Asbestos abatement may be required. Work in explosive facilities will be required. Task orders may be issued for service calls and repairs. Larger projects will be issued as either fully designed projects or design build projects. Best Value Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, or WOSB should indicate their interest to the contracting Officer in writing. As a minimum the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, or WOSB concern; SDVOSB must also provide documentation of their status, (b) A letter from a bonding company or other evidence showing a bonding capability of $3.0 - $4.0 million in a 12-month period, (c) describe your partnering, teaming or joint venture intentions, (d) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (e) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers; experience working in explosive facilities shall be noted. The contractor shall show their experience and capability of providing the wide range of services from relatively small service call and repair orders to larger design build projects., (f) describe specific portions of this type of effort your company intends to subcontract and (g) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.) All of the above must be submitted in sufficient detail for a decision to be made on availability of interested 8(a) Region V , SDVOSB, HUBZone concerns, or WOSB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested 8(a), SDVOSB, HUBZone, or WOSB concerns. If adequate interest is not received from any of the above categories this solicitation will be issued as a competitive Small Business Set-Aside. Anticipate the solicitation will be released on or about April 30, 2012. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offerors must be currently registered in the Department of Defense Central Contractor Registration (CCR) database prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via Internet at: http://www.ccr.gov. All contractual and technical inquires shall be submitted via electronic mail to timothy.curry@navy.mil. The due date for responses to this Sources Sought Notice is March 6, 2012. Responses may be submitted under Solicitation Number N40083-12-R-2514 via hard copy to NAVFAC Midwest PWD Crane, Attention: Tim Curry, Contract Specialist, Code PRCR22, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror s Statement of Qualifications shall be received no later than 4:00 p.m. local time on March 6, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008312R2514/listing.html)
 
Place of Performance
Address: Naval Support Activity, B-2516, 300 Hwy 361, Crane, IN
Zip Code: 47522
 
Record
SN02674315-W 20120215/120213235949-d437a890cab79c6635bcffb7476de508 (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.