Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

Y -- INDEFINITE DELIVERY INDEFINATE QUANTITY MULITIPLE AWARD CONSTRUCTION CONTRACT MACC

Notice Date
2/22/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS12426790L
 
Response Due
3/7/2012
 
Archive Date
2/22/2013
 
Point of Contact
Jason Edge, Contracting Officer, Phone 228-688-2346, Fax 228-688-1141, Email Jason.F.Edge@ssc.nasa.gov - Robert Harris, Contracting Officer, Phone 228-688-3862, Fax 228-688-1141, Email robert.s.harris@ssc.nasa.gov
 
E-Mail Address
Jason Edge
(Jason.F.Edge@ssc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Stennis Space Center (SSC)is seeking capabilities from all categories of Small Businesses for the purpose ofdetermining the appropriate level of competition and/or Small Business subcontractinggoals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award ConstructionContract (MACC). The Government reserves the right to consider Small, 8(a), VeteranOwned, Service Disabled Veteran Owned, Women-owned or HUBZone business set-aside based onresponses hereto for this requirement.The NAICS Code for this project is 237990 (OtherHeavy and Civil Engineering Construction) and the size standard is $33.5 Million. Thisindefinite delivery indefinite quantity (IDIQ) multiple award construction contract(MACC) shall be for general construction type work at Stennis Space Center. Work underthis contract is to be performed in the general construction category to include, but isnot limited to, architectural, mechanical, electrical, plumbing, civil, structural,roofing, partial building renovations, United States Green Building Council (USGBC)Leadership in Energy and Environmental Design (LEED), environmental support anddesign/build projects on Stennis Space Center. This contracting tool will allow foradequate support for upcoming large general construction projects and hurricanecontingency planning. Based upon information submitted by companies subject to NAICS code 237990, NASA willdetermine the final content of the future solicitation or solicitations. The purpose ofthis sources sought is to determine if any small businesses, under NAICS code 237990,possess the necessary capabilities to perform requirements identified above, with abonding capability between $20 and $30 Million. SSC encourages qualified Joint Venturebusiness arrangements to submit capability statements as well. It is not sufficient tosimply state that one area (e.g., electrical) will be subcontracted out. The capabilitystatement shall also include relevant past experience for each teamingpartner/subcontractor. NO SOLICITATION EXISTS; THERFORE, DO NOT REQUEST A COPY OF THESOLICITATION. If a solicitation is released it will be synopsized on Federal BusinessOpportunities (FedBizOpps) and on the NASA Acquisition Internet Service (NAIS). It is theresponsibility of the potential offerors to monitor these sites for the release of anysolicitation or synopsis. This sources sought is for informational and planning purposesONLY and is not to be construed as a commitment by the Government nor will the Governmentpay for any information solicited. Since this is a sources sought announcement, noevaluation letters and/or results will be issued to the respondents. CapabilityStatements shall be submitted electronically only, via e-mail, to the primary Point ofContact (POC) listed below. The Capability Statement, exclusive of a one-page summary,shall NOT exceed ten (10) pages (including attachments) and shall contain a minimum fontsize of 12. Additionally, the Capability Statement shall list at a minimum two (2)customer contacts covering the past five (5) years, and include the followinginformation: (1) Highlight relevant contract work performed, (2) Contract number, (3)Contract type, (4) Dollar value of each contract, (5) Customer/Agency, (6) Customer pointof contact address, current phone number and current e-mail address. To facilitate aprompt review, a one-page summary shall be included with your Capability Statement whichshall identify your companys specific capabilities that are relevant to, and reflect themagnitude of, these requirements. The one-page summary will not count against the 10-page limit. The one-page summary shallinclude: (1) Companys name, address, primary POC and telephone number, (2) Size ofbusiness; (3) Companys average annual revenues for the past three (3) years and totalnumber of employees; (4) Ownership; (5) Number of years in business; (6) CompanysGovernment size standard/type classification (Small, Small Disadvantaged, 8(a),Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business); (7) Affiliateinformation: parent company, joint venture partner(s), potential teaming partner(s),prime contractor (if potential sub) or subcontractors (if potential prime); and point ofcontact position, address and phone number; (8) Applicable NAICS Code(s); (9) DUNS numberand cage code (for prime and subcontractor/teaming partners); and (10) proof of BondingCapability. It is not sufficient to provide only general brochures or genericinformation. Responses shall include the companys specific area of interest in thisacquisition as being either a potential prime contractor or subcontractor. NOTICE: Copiesof your Capability Statement may be made available to prospective offerors in the future.Therefore, it should not contain company-sensitive information. Your response is due nolater than March 7, 2012. Please reference NNS12426790L in any response. SSC is alsointerested in contractor feedback related to suggestions for contract type andsubcontracting opportunities. This feedback may be used as research information tosupport the analysis and development of subcontracting goals and potential teamingarrangements. This feedback should also be provided electronically via e-mail to theprimary POC by March 7, 2012. Any questions shall be submitted in writing via e-mail tothe POC listed below to be used for consideration in the development of the requirements. Point of Contact: Jason Edge, Contracting Officer, E-mail jason.f.edge@nasa.gov. Pleasesubmit all questions and data through the above e-mail address only, NOT through thephone or fax numbers listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS12426790L/listing.html)
 
Record
SN02680162-W 20120224/120222234546-683dec7454f73fc7eff44c32a9d494a3 (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.