Search Contract Opportunities

Hangar 1050 & 1403 Fire Protection   2

ID: N6945024R0024 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BUILD, DESIGN AND CONSTRUCTION PROJECT, FY24, HANGAR 1050 AND 1403 FIRE PROTECTION AT NAS FORT WORTH JOINT RESERVE BASE (JRB), TX

THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. 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 currently available. In order to protect the procurement integrity of any future procurement 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 anticipated solicitation number is N6945024R0024. The purpose of this notice is for the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement.

Project Description: The existing Hangars 1050 and 1403 are currently in use by Marine Corps Forces Reserve (MARFORRES). Hangar 1050 houses larger fixed wing aircraft like C-130s. Hangar 1403 houses smaller fixed wing fighters. Both hangars have existing fire protection and fire alarm systems. This project will install Ignitable Liquid Drainage Floor Assemblies (ILDFA) and new containment systems ONLY.

Design and construction must work around the existing MARFORRES operations. Work must be completed in phases in the hangar bay to allow for continuous operations. Each phase would include the installation, testing, and commissioning of one fully operational portion of the ILDFA system. Coordinate schedule and phase with MARFORRES.

Any resultant contract will be firm-fixed price. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction with the annual size standard of $45.0 million. The Project Service Code (PSD) is Z2JZ Repair or Alteration of Miscellaneous Buildings. Project Magnitude is between $10,000,000 and $25,000,000. Under the FAR guidelines, the prime contractor must have the capability to perform at least 25 percent of the contract work with its own employees. The anticipated RFP release in Q2FY24, with a contract award anticipated Q4FY24.

Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 15 pages. The information which must be contained in your response is as follows:

1) Contractor Information: Name and address of company, point of contact with phone number and email address.

2) Type of Business: Identify the company's business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification.

3) Bond Capacity: Information must include surety's name, point of contact, telephone number, email address, and the bonding capacity of at least $10 Million per project, and the maximum aggregate bonding.

4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier (formerly DUNS Number).

5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal:

_____ Yes ______No.

6) Experience Submission Requirements:

a. Responders shall submit a minimum of three (3) and a maximum of five (5) Design-Build or Design-Bid-Build projects that are similar in size, scope and complexity to the proposed project description that demonstrates experience with the design and installation of ILDFA systems completed in the last five (5) years.

At least one relevant project must demonstrate experience in the following:

1. Installation of ILDFA on existing floor slabs

2. Leveling the flooring system

3. Installation and connection of controls

4. Installing grounding points and tie-downs

5. Installation of ramps and transitions

b. Submissions shall contain the following items below (1-6) for each project submitted for consideration.

1. Include Contract Number, if applicable

2. Indicate whether Prime contractor or Subcontractor

3. Contract Value

4. Completion Date

5. Government/Agency point of contact and current telephone number

6. 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 related to the project description herein.

A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project.

The response to 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. 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, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.

Please respond to this announcement no later than December 27, 2023, 3:00 pm Eastern Time via email to sheila.i.borges.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil. The subject line of the email shall read: Hangar 1050 and 1403 Fire Protection at NAS JRB Fort Worth, Texas. Emails shall be no more than 8 MB in size. 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.

Overview

Response Deadline
Dec. 27, 2003, 3:00 p.m. EST Past Due
Posted
Dec. 12, 2023, 10:51 a.m. EST (updated: Feb. 6, 2024, 2:33 p.m. EST)
Set Aside
None
Place of Performance
Fort Worth, TX 76114 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
28%
On 12/12/23 NAVFAC Southeast issued Sources Sought N6945024R0024 for Hangar 1050 & 1403 Fire Protection due 12/27/03. The opportunity was issued full & open with NAICS 236220 and PSC Z2JZ.
Primary Contact
Name
Sheila Borges   Profile
Phone
None

Secondary Contact

Name
Lindsay Betteridge   Profile
Phone
None

Documents

Posted documents for Sources Sought N6945024R0024

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N6945024R0024

Contract Awards

Prime contracts awarded through Sources Sought N6945024R0024

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6945024R0024

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6945024R0024

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC SOUTHEAST > NAVFAC SOUTHEAST
FPDS Organization Code
1700-N69450
Source Organization Code
100504950
Last Updated
Feb. 6, 2024
Last Updated By
sheila.i.borges.civ@us.navy.mil
Archive Date
Feb. 6, 2024