Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOURCES SOUGHT

Z -- ROICC CAMP LEJEUNE JOB ORDER CONSTRUCTION CONTRACT (JOC)

Notice Date
12/4/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Camp Lejeune Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
N4008516R6322
 
Response Due
12/16/2015
 
Archive Date
12/31/2015
 
Point of Contact
Rachel Ashton
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to determine interest and capability of potential sources for a potential procurement, and is for preliminary planning/market research purposes only. ROICC Camp Lejeune is seeking responses from interested firms that qualify as a U.S. Small Business Administration (SBA) Certified 8(a), SBA Certified HUBZone, and other small business concerns capable of performing various construction services and repairs at Marine Corps Facilities within the eastern North Carolina area. All potential offerors are reminded that they must be registered in the System for Award Management (SAM) database. The Government contemplates an Indefinite Delivery Indefinite Quantity contract to provide a Design/Bid/Build and Design/Build Job Order Construction Contract (JOC) for new construction, renovation, alteration, demolition and repair work of facilities primarily located within Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and the surrounding facilities. However, work may be performed with the NAVFAC Mid-Atlantic Area of Responsibility (AOR), which includes all of Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Pennsylvania, Virginia, West Virginia, North Carolina, South Carolina, and Georgia. The procurement method to be utilized is FAR Part 15, Contracting by Negotiation. The North American Industrial Classification System (NAICS) code for this potential procurement is 236220, Commercial and Institutional Building Construction Contractors, with a corresponding small business size standard of $36.5 million. It is anticipated that the contract performance period will include one (1) year basic period, and four (4) one-year option periods. The maximum ordering capacity is will be determined following the results of this sources sought notice. Task orders will be firm fixed price and will predominately in dollar value from $5,000 to $150,000; however, the Government may elect to issue task orders of a higher or lower dollar value. Only the base period of the contract will offer a minimum guarantee. Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306 are as follows: Workers Compensation and Employer ™s Liability ($100,000); General Liability ($500,000 per occurrence/$50,000 per occurrence for property damage); Automobile Liability ($200,000 per person/$500,000 per occurrence for bodily injury/$20,000 per occurrence for property damage). This is a new procurement. It does not replace an existing contract. No prior contract information exists. It is requested that interested sources submit to the ROICC Camp Lejeune a brief capabilities statement package (no more than 10 pages in length, single-spaced, 10 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (2) Relevant Experience: Each responding small business is requested to provide up to five (5) example projects which best demonstrate the company ™s experience relative to the types of work covered by this requirement. Example projects should be representative of NAICS 236220, the description above, and be similar in size, scope, and complexity to this requirement. Projects completed within the past five years are considered more relevant than projects completed more than five years ago. Include in the submitted information: the contract number, indication of whether a prime or subcontractor, contact value, square footage, Government/Agency point of contact and current telephone number, and a brief description to sufficiently to demonstrate your firm ™s experience with the types of work described in the work description above. Example projects with federal, state, or local Government, and/or commercial customers will be accepted. As part of Relevant Experience, please specify if the offeror ™s strength lies in Construction, Design/Build, or both. (3) Statement regarding Bonding Capabilities. (4) Intended percentage of work to be subcontracted. This package shall be sent by e-mail to the following address: rachel.a.ashton@navy.mil with the following subject: JOC Sources Sought Company Name. Submissions must be received no later than 3:00 PM EST on 16 December 2015. Questions or comments regarding this notice may be addressed to Rachel Ashton, Contract Specialist at the email address listed above. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008516R6322/listing.html)
 
Record
SN03960769-W 20151206/151204234051-8323d47705c4c9033d15b2f40c7c61f7 (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.