Search Contract Opportunities

P-152, Air Traffic Control Tower (WOLF), Saint Inigoes, MD   3

ID: N40080-21-R-7290 • Type: Sources Sought
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
Do the documents mention an incumbent contractor?
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, not a Solicitation for proposals and no contract will be awarded from this announcement. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.

Naval Facilities Engineering Systems Command has a new requirement to demolish and construct a new Air Traffic Control Tower (ATCT) at Webster Outlying field for the Naval Air Station Patuxent River, Maryland. During construction, the existing ATCT will remain in service until the new tower is operational. To minimize delay during this process, the design for the project must include any temporary utilities and coordination needed to facilitate the transition of the existing ATCT to the new ATCT. In addition, the project should include construction of associated roads, parking and utilities. In accordance with DFAR 236.204 (i), the estimated magnitude of construction is $10,000,000 and $25,000,000. The period of performance is estimated to be 435 calendar days. The Government anticipates awarding a Firm Fixed Price Contract to provide construction services, including design-bid-build delivery methods for this procurement.

NAVFAC Washington is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUB Zone, Service Disabled Veteran- Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB) and Economically Disadvantaged Women Owned Small Businesses (EDWOSB) sources with current relevant qualifications, experience, personnel, and capability. Based upon this survey, a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). The appropriate NAICS Code is 488111 with a Small Business Size Standard of $35.0M. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest.

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. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Washington to facilitate the decision making process. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.

The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit a capabilities statement that includes the following:

Firm's name and address; Primary and Alternate point of contact, phone number, e-mail; Number of employees, number of offices and location(s), Cage code and DUNS number, annual receipt and statement regarding small business designation and status.

Firm's type of business and business size, including information on the categories or small business for which the firm qualifies (i.e., SB, SDB, HUBZONE SB, WOSB/EDWOSB, VOSB, and/or SDVOSB).

Experience: Submit three (3) projects worked within the past five years of similar size, scope and complexity as the work indicated. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and e-mail address. For design-bid-build projects, identify the name and address of the A-E firm used, years working together, and if design was performed in-house. DO NOT submit basic contracts for IDIQ work, only the Task Orders issued to the basic contract.

A brief description of how the contract referenced relates to the technical services described herein.

Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).

SUBMISSIONS ARE DUE BY February 4, 2021 at 2:00 P.M. EST. LATE SUBMISSIONS WILL NOT BE ACCEPTED. The Capabilities Statement package shall be sent via email to Teshima Mason at teshima.mason@navy.mil. The Alternate contact for this procurement is Cynthia Crowder at cyndi.crowder@navy.mil .

The Subject Line of the email shall be as follows: (Contractor name) Capabilities Statement Sources Sought (Solicitation Number)

Please submit any questions regarding this notice to teshima.mason@navy.mil . Thank you for your support of the Navy and Marine Warfighter.

Overview

Response Deadline
Feb. 4, 2021, 2:00 p.m. EST Past Due
Posted
Jan. 21, 2021, 1:08 p.m. EST
Set Aside
None
Place of Performance
MD United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
70%
Signs of Shaping
60% of similar contracts within the Department of the Navy had a set-aside.
On 1/21/21 Naval Facilities Engineering Command issued Sources Sought N40080-21-R-7290 for P-152, Air Traffic Control Tower (WOLF), Saint Inigoes, MD due 2/4/21. The opportunity was issued full & open with NAICS 488111 and PSC C1BA.
Primary Contact
Name
Teshima Mason   Profile
Phone
None

Secondary Contact

Name
Cyndi Crowder   Profile
Phone
None

Documents

Posted documents for Sources Sought N40080-21-R-7290

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N40080-21-R-7290

Contract Awards

Prime contracts awarded through Sources Sought N40080-21-R-7290

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N40080-21-R-7290

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N40080-21-R-7290

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC WASHINGTON > NAV FAC ENGINEERING CMD WASHINGTON
FPDS Organization Code
1700-N40080
Source Organization Code
100076577
Last Updated
Feb. 19, 2021
Last Updated By
teshima.mason@navy.mil
Archive Date
Feb. 19, 2021