Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
SOURCES SOUGHT

Z -- electrical utility work, both high voltage and interior building electrical distribution

Notice Date
12/14/2016
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008517R3608
 
Response Due
12/28/2016
 
Archive Date
1/11/2017
 
Point of Contact
ANNETTE TAYLOR 812-854-2673
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
Seeking potential sources for an indefinite-delivery/indefinite-quantity Requirements (IDIQ) type contract for accomplishment. It is the Government s intent to utilize the contract resulting from this solicitation to accomplish electrical utility work, both high voltage and interior building electrical distribution, via an IDIQ contract. Work to be ordered via task orders will include various interior and exterior electrical maintenance and repair, emergency calls and repairs, installation of interior electrical work, fiber installation and repairs, and electrical utility systems, including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations and substations equipment, overhead transmission and distribution systems, generators, trenching, concrete, asphalt, isolation switches, earthwork, clearing and grubbing, seeding, asbestos removal that is part of electrical utility work. This contract does not include interior electrical work, electrical utility work, generators, etc. that are to be installed to support new building construction and major repairs or renovations to existing facilities. The work is located at Naval Support Activity, (NSA), Crane, and Glendora Test Facility, Sullivan, Indiana. The proposed solicitation will contain provisions for a 12-month base period plus two 12-month option periods, to be exercised at the Government s discretion. The contract maximum will be $10 million, or 36 months, whichever comes first. Historically, task orders have typically ranged in size from $4,000.00 to $850,000.00 with the average being $81,000.00. Note: Historical data is provided for informational purposes only and does not guarantee the value of orders issued on the proposed solicitation. 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 NAICS Code for this solicitation is 238210, Electrical Contractors and Other Wiring Installation Contractors. The Small Business Size Standard is $15M. 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) firm with a bona fide 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 Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman Owned Small Businesses (WOSB); Economically Disadvantaged Woman Owned Small Businesses (EDWOSB) or small businesses. 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 issue 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 business, SDVOSB,, HUBZone concern, WOSB, EDWOSB,, or small business concerns should indicate their interest to the contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (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 and (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.) Anticipate the solicitation will be released on or about 09 February 2017. 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 annette.taylor@navy.mil. Responses may be submitted under Solicitation Number N40083-17-R-3608 via e-mail to: annette.taylor@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Annette Taylor, 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 28 December 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd73abade6adb4917be3ab3e0b9ebe94)
 
Place of Performance
Address: 300 HIGHWAY 361 B-2516, CRANE, IN
Zip Code: 47522
 
Record
SN04351630-W 20161216/161214234413-fd73abade6adb4917be3ab3e0b9ebe94 (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.