Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

Z -- Roof Repairs and Replacement at NSA Crane, IN

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008516R2803
 
Response Due
3/14/2016
 
Archive Date
3/29/2016
 
Point of Contact
Debbie Dills at 812 854 3234
 
E-Mail Address
Grimard
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors to determine if the solicitation will be set-aside and the applicable set-aside..The Solicitation Number for this announcement is N40085-16-R-2803; The Naval Facilities Engineering Command, MidLant, PWD Crane, is currently seeking potential sources for an Indefinite-delivery/indefinite-quantity Requirements (IDIQ) type contract for accomplishment of Roof Repairs and Replacement. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility at Sullivan Indiana. It is the intention of this solicitation to provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform Center wide Roof Repair and Replacement. The work includes provision of necessary labor, transportation, materials, supplies, equipment, and supervision for locating and isolating leakage points of entry, removal, repair and replacement of PVC, E.P.D.M. roofing systems, asphalt shingles, metal roofing standing seam, Transite roof panels, asbestos contained roofing materials rolled roofing, felt, insulation, plywood decking, roof accessories to include flashing, gravel stops, drip edges, and gutters and downspouts; the application of liquid applied roof coatings; the repair of and joints, re-caulking and incidental related work. Remove, repair and install new EFIS siding and metal siding. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor(s). Each roof warranty shall be supplied to the contracting officer within 35 days after the roof has been completed, 10% of the roof project awarded funds will be withheld until the warranty is received by the government. For security purposes at NSA Crane, all material deliveries shall enter through the Crane Gate, located at the East end of State Highway 558. Low Price Technically Acceptable 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. The term of the contract will be a base period of twelve months and four (4) 12-month option periods to be exercised at the Governments discretion. The contract maximum is $15M. The NAICS Code for this solicitation is 238160 Roofing Contractors. The Small Business Size Standard is $15,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Sources are sought from 8a firms with a bonafide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices, Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Woman Owned Small Business concerns (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), or small business concerns. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, EDWOSB, or small business 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. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB,, HUBZone concern, WOSB, EDWOSB,, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HubZone concerns, WOSB, EDWOSB, and small businesses shall 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, WOSB concern, or EDWOSB concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) 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, (e) describe specific portions of this type of effort your company intends to subcontract, (f) 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.), (g) Demonstrate the capability to bond individual projects up to $750,000.00$ and the capability to bond up to $3,000,000.00 in a 12-month period. The offeror shall provide a letter from their bonding company that describes the contractors bonding capacity, and (h) evidence that contractor or subcontractor performing the specific type of work. Anticipate the solicitation will be released on or about May 2, 2016 with proposals due a minimum of 30 calendar days after the solicitation is issued. 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 or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to debbie.dills@navy.mil. Responses may be submitted under Solicitation Number N40085-16-R-2803 via e-mail to: debbie.dills@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Debbie Dills, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on March 14, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a2d861d692b8ad1243bd7c6ce40d536d)
 
Place of Performance
Address: Naval Support Activity
Zip Code: 300 Hwy 361, Crane, IN
 
Record
SN04032402-W 20160228/160226234243-a2d861d692b8ad1243bd7c6ce40d536d (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.