United States - Y--DESIGN-BUILD/DESIGN-BID-BUILD INDEFINITE DELIVERY/INDEFINITE QUANTITY FIRM FIXED PRICE MULTIPLE AWARD CONSTRUCTION CONTRACT, NAVFAC SE AREA OF OPERATIONS
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 26 June 2019
- Opportunity publication date
- 05 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jun 04, 2019 12:54 pm
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS 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 is 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.
There are no plans or specifications available for this notice.
NAVFAC SE is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, security approvals, equipment, capability and bonding capacity to perform.
Work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including but not limited to: aviation and aircraft facilities, marine facilities, industrial, aircraft hangar, aircraft traffic control, administrative, training, dormitory, waterfront and community support facilities for Department of Defense (DoD) activities in the NAVFAC SE Area of Operations.
Projects can be based on design-build, modified design-build or full plans and specifications format. Projects may also require comprehensive interior design and incorporation of sustainable features.
The aggregate value of all contracts awarded from any resultant solicitation will be for a Not-To-Exceed (NTE) dollar value of $900M for a period NTE 60 months. A per contract maximum will not be identified. Task orders will be FFP with a minimum value of $20M and a maximum value of $50M, however, task orders under or over these amounts may be considered if deemed to be in the Governmentâs best interest and approved by the Contracting Officer. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e.
4 or 5 RFPs issued within a 30-day period).
Under the FAR 52.219-14 â Limitations of Subcontracting, guidelines, the prime contractor must have the capability to perform at least 15 percent of the cost of the contract work with its own employees.
NAICS Code: 236220 - Commercial and Institutional Building Construction, with a Small Business Size Standard of $36.5 million (M).
Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information:
1. Contractor Information: Provide your firmâs contact information, to include DUNS and Cage Code numbers.
2. Indicate if a solicitation is issued will your firm/company be submitting a proposal:
_____ Yes ______No.
3.
Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
4. Bond Capacity: Provide your suretyâs name, your maximum bonding capacity per individual project, and your aggregate bonding capacity.
5. Experience Submission Requirements: Submit a minimum of three (3) Design Build projects that demonstrate experience in performing efforts of a similar size, scope and complexity to the project description above (construction, renovation, alteration, demolitions and repair work including the necessary design); and completed within the last five (5) years with an approximate completed value of $20M or greater.
Submissions shall contain the following items (a â g) for each project submitted for consideration.
a. Include Contract Number, if applicable
b. Indicate whether Prime contractor or Subcontractor
c. Contract Value
d. Completion Date
e. Government/Agency point of contact and current telephone number.
f. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and how the contract referenced relates to the project description herein.
g. Identify whether your firm used in-house design capacity or used an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable).
Capability Statements consisting of appropriate documentation, literature, brochures will be accepted provided it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 10 pages. Only the first 10 pages will be reviewed.
The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The capabilities statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companyâs 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.
Please respond to this announcement by 26 June 2019, NLT 2:00 pm eastern time by submitting your capabilities statement via email to yaritza.acton@navy.mil . The subject line of the email shall read: NAVFAC SE AO. Emails shall be no more than 10MB in size. Responses received after the deadline or without the required information will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the individual participants.
- Opportunity closing date
- 26 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy NAVFAC Southeast, Bld 903 United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.