Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOURCES SOUGHT

Z -- DDJF Fire Protection Phase 2, Naval Air Station, FL

Notice Date
3/6/2019
 
Notice Type
Synopsis
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
32212
 
Solicitation Number
N6945019R0002
 
Response Due
3/21/2019
 
Archive Date
4/5/2019
 
Point of Contact
Shalamar.hill@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought for DDJF Fire Protection Phase 2, Naval Air Station, FL THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There will be no 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 (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), and Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and other Small Business sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The scope of the proposed project includes replacement of fire protection systems in DLA warehouses on NAS Jacksonville, FL as follows: Demolition of existing fire alarm systems, sprinkler systems, fire pumps, and water distribution systems. Installation of new fire alarm/mass notification systems, sprinkler systems, fire pumps, above ground water storage tanks, and water distribution systems. Additional considerations: Facilities within the scope of the project, adjacent facilities, and roadways will remain operational during construction. The project requires coordination, and detailed scheduling. Material laydown areas are limited and a detailed logistics plan will be required. The contract will be for a term of 18 months. The estimated cost of construction for this project is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) Code is 238220 Plumbing, Heating and Air-Conditioning Contractors with a Small Business Size Standard of $36.5 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. The information which must be contained in your response is as follows: 1) Name and address of company. 2) Point of contact with phone number and email address. 3) Identify the company ™s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 238220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 4) Evidence of sufficient bonding capacity of at least $10,000,000 per project. Evidence shall include the name, telephone number and point of contact of respective bonding company. 5) Evidence of registration in SAM, including Cage Code and Entity Identifier (formerly DUNS Number). In addition to the general information above, interested offerors must provide the following specific information: Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects completed as a prime contractor working on fire protection and water distribution systems that demonstrate the capability to perform work with environmental compliance, quality control, and recognized standards. Specific relevant experience includes projects that have been completed in the last 7 years and have a construction value of $5M or greater and include the following elements of work: 1. Fire alarm/mass notification systems 2. Fire suppression and sprinkler systems 3. Fire pumps 4. Water distribution systems Respondents must include resumes for the following: QC Manager; an individual with a minimum of 10 years combined experience in the following positions: Project Superintendent, QC Manager, Project Manager, Project Engineer or Construction Manager on similar size and type construction contracts which included the major trades that are part of this Contract. The individual must have at least two years ™ experience as a QC Manager. The individual must be familiar with the requirements of EM 385-1-1, and have experience in the areas of hazard identification, safety compliance, and sustainability. Respondents shall provide a list of projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of the specific capabilities listed above. Each reference shall include the company name and title, telephone number, and point of contact and title. Respondents shall provide evidence of sufficient available bonding capacity. Evidence shall include the name, telephone number and point of contact of respective bonding company; your maximum bonding capacity per project; and your maximum aggregate bonding. Respondents are to identify their firm ™s size and socio-economic status for NAICS Code 238220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 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, WOSB, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement no later than 21 March 2019, 1:00 pm EDT via email to shalamar.hill@navy.mil. The subject line of the email shall read: DDJF Fire Protection Phase II, Naval Air Station Jacksonville, FL. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/f8d5956f3d28a6282685b4e34f4501d8)
 
Place of Performance
Address: Bldg. 903 Yorktown Ave. NAS, Jacksonville, Jacksonville, FL
Zip Code: 32212
Country: US
 
Record
SN05241479-F 20190308/190306230023 (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.