Search Contract Opportunities

MODIFY THE RESPONSE DATE FOR SOURCES SOUGHT TO NOVEMBER 16, 2018   4

ID: N4008519R9048 • 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:
Loading

Description

Posted: Nov. 13, 2018, 11:07 a.m. EST
THIS MODIFICATION IS TO EXTEND THE DUE DATE FOR RESPONSES TO THE ORIGINAL SOURCES SOUGHT NOTICE - RESPONSES ARE DUE ON NOVEMBER 16, 2018 in lieu of NOVEMBER 13, 2018.
Posted: Nov. 6, 2018, 3:35 p.m. EST
Posted: Nov. 6, 2018, 2:01 p.m. EST
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) Multiple Award Construction Contract (MACC) for facilities primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility (AOR). This contract(s) will require the ability to manage multiple task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. 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 six (6) 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 $975,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $15,000,000 to $50,000,000; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $50,000,000 and an aggregate bonding capacity of $175,000,000. The appropriate North American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. 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 $15,000,000 or greater. At least one (1) project must have a final construction cost of $35,000,000 or greater. Scope/Complexity: Individual projects shall demonstrate experience with at least one of the following: New building construction of a building(s). Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures. Note: Projects submitted that only include horizontal or civil site work will not be considered relevant. Additionally, submitted relevant projects shall demonstrate the following characteristics: a) Offerors shall have acted as the prime contractor on submitted projects. Offeror TMs experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract. 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 or renovation, 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-Prot g , you must indicate the percentage of work to be performed by the prot g . A copy of the SBA letter stating that your 8(a) Mentor-Prot g 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 TMs 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 19 November 2019 at 2:00 PM (EST). LATE SUBMISSIONS MAY NOT BE ACCEPTED. The package shall be sent via electronic mail to Elizabeth Carmack at elizabeth.carmack@navy.mil. Attachments are limited to a total of 5MB.

Overview

Response Deadline
Nov. 16, 2018, 12:00 a.m. EST (original: Nov. 19, 2018, 12:00 a.m. EST) Past Due
Posted
Nov. 6, 2018, 2:01 p.m. EST (updated: Nov. 13, 2018, 11:07 a.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 11/6/18 NAVFAC Mid-Atlantic issued Sources Sought N4008519R9048 for MODIFY THE RESPONSE DATE FOR SOURCES SOUGHT TO NOVEMBER 16, 2018 due 11/16/18. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Name
Elizabeth Carmack 757-341-1654 Elizabeth Carmack Elizabeth.carmack@navy.mil   Profile
Email
elizabeth.carmack@navy.mil
Phone
None

Documents

Posted documents for Sources Sought N4008519R9048

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008519R9048

Award Notifications

Agency published notification of awards for Sources Sought N4008519R9048

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N4008519R9048

Contract Awards

Prime contracts awarded through Sources Sought N4008519R9048

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008519R9048

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008519R9048

Experts for MODIFY THE RESPONSE DATE FOR SOURCES SOUGHT TO NOVEMBER 16, 2018

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Feb. 18, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Feb. 18, 2020