Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

Y -- Airfield Repairs, NAS JRB New Orleans, LA

Notice Date
11/20/2012
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945013RXXXX
 
Response Due
12/5/2012
 
Archive Date
1/5/2013
 
Point of Contact
Mark VanLuit
 
E-Mail Address
anluit@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Sources sought for a construction contract for Airfield Repairs at NAS JRB New Orleans, LA. 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. There is no bid package or solicitation. No telephone calls will be accepted requesting a 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. The Naval Facilities Engineering Command Southeast (NAVFAC SE) is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The proposed project will repair the airfield at Naval Air Station (NAS) Joint Reserve Base (JRB) New Orleans, LA. The contract will be for a term of between one year and two years. The estimated cost for this project is between $10,000,000 and $15,000,000. The North American Industry Classification System (NAICS) Code is 237310 with a Small Business Size Standard of $33.5 million. 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 Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last seven years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, email address and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, email address and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: This project is located at NAS JRB New Orleans in Belle Chasse, LA. The construction project involves the replacement of most sections of runways 4/22 and 14/32, the taxiways and parking aprons. Work to include partial depth and full depth concrete replacement, shallow and deep asphalt repair, replacement of joint sealant, crack sealing asphalt pavement, and seal coat of asphalt pavement. Failed drainage along some of the taxiways will also be replaced. 1. Provide company information to include name, address, phone number, email address and DUNS number. 2. Identify whether your firm is a self-certified Small Business or SDVOSB, or an SBA certified 8 (a) or HUBZone firm. If you are an 8(a) or HUBZone firm, provide proof of SBA certification. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 3. Provide a minimum of two projects performed as a Design-bid-build prime contractor within the last seven years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names, email addresses and phone numbers. 4. Provide recent project examples demonstrating the capability to construct airfield pavement projects with a value of approximately $8 million or greater. 5. Bonding Capacity: Provide surety ™s name, telephone number and point of contact, your maximum bonding capacity per project, and your maximum aggregate bonding. 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. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. 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, Veteran-Owned Small Business and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 2:00 PM eastern time on 05 December 2012 via email to mark.vanluit@navy.mil. The subject line of the email shall read: Airfield Repairs, NAS JRB New Orleans, LA. Responses that do not meet all requirements or submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/246eb397bbdf6c5a0c74154181863ead)
 
Record
SN02935040-W 20121122/121120235031-246eb397bbdf6c5a0c74154181863ead (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.