Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
MODIFICATION

Z -- Design-Build, Design-Bid-Build, Indefinite Delivery/Indefinite Quantity Mechanical/Fire Protection Multiple Award Construction Contract for facilities in the PWD Great Lakes IL AOR

Notice Date
8/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008517R5014
 
Point of Contact
Crystal Chatmon, Phone: 757-341-1388
 
E-Mail Address
crystal.chatmon@navy.mil
(crystal.chatmon@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Mechanical/Fire Protection Multiple Award Construction Contract (MACC) for facilities in the Public Works Department (PWD) Great Lakes area of responsibility (AOR), to include Fort Sheridan, Glenview, remote Naval Operations Support Center (NOSC) locations, and special use areas within a 450 mile radius outside of Naval Station Great Lakes, Illinois. This contract(s) will require the ability to manage multiple task orders concurrently across the PWD Great Lakes AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, additions, alterations, maintenance, and repairs of mechanical systems, fire protection systems, and supporting electrical systems. Types of systems may include: heating, ventilating, and air conditioning (HVAC); plumbing; variable refrigerant flow (VRF); HVAC controls; direct digital controls (DDC); pneumatic controls; and associated components, including electrical hookups, building distribution systems, fire pumps, clean agent systems, kitchen fire suppression, anti-terrorism force protection (ATFP) HVAC shutdown, and carbon monoxide detection. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. No more than five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $95,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $10,000.00 to $5,000,000.00; however, smaller and larger dollar value projects may be considered. The appropriate North American Industry Classification System (NAICS) code for the majority of projects under this MACC is 238220 – Plumbing, Heating, and Air-Conditioning Contractors, and the Small Business Size Standard is $15,000,000. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that “The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.†It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC. A relevant project is further defined as: Size: A final construction cost of $150,000 or greater. At least one (1) project must have a final construction cost of $1,000,000 or greater. Scope/Complexity: New construction, additions, alterations, maintenance, or repairs of mechanical systems, fire protection systems, and supporting electrical systems. Additionally, submitted relevant projects shall demonstrate the following characteristics: a) Experience as the prime contractor on submitted projects. Subcontractor experience will not be considered. b) Experience with both new construction (at least 1 one project) and renovation (at least one project). c) Experience with design-build (at least 1 project). Ensure that the project description clearly identifies whether or not the project is new construction, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 16 FEB 2017 at 2:00 PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Pamela Waller at pamela.waller@navy.mil. Attachments are limited to a total of 5MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R5014/listing.html)
 
Record
SN04618237-W 20170810/170808232801-05c730e2d0df3116e0a0972f7d0a8a5e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.