Search Contract Opportunities

ELECTRICAL SERVICES AT THE NAVAL SUPPORT ACTIVITY, CRANE, INDIANA AND THE GLENDORA TEST FACILITY, SULLIVAN, INDIANA   3

ID: N4008517R3608 • Type: Sources Sought

Description

Posted: Dec. 27, 2016, 2:36 p.m. EST
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. THIS SOURCES SOUGHT NOTICE HAS BEEN MODIFIED TO INCREASE THE CONTRACT MAXIMUM FROM $10 MILLION TO $20 MILLION OR 36 MONTHS, WHICHEVER COMES FIRST. THE RESPONSE DUE DATE IS EXTENDED TO 11 JANUARY 2017. The intent of this notice is to identify potential offerors to determine if the solicitation will be set-aside and the applicable set-aside. The Solicitation Number for this announcement is N40085-17-R-3608; The Naval Facilities Engineering Command, MIDLANT, PWD Crane, is currently seeking potential sources for an indefinite-delivery/indefinite-quantity Requirements (IDIQ) type contract to accomplish electrical utility work, both high voltage and interior building electrical distribution. Work to be ordered via task orders will include various interior and exterior electrical maintenance and repair, emergency calls and repairs, installation of interior electrical work, fiber installation and repairs, and electrical utility systems, including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations and substations equipment, overhead transmission and distribution systems, generators, trenching, concrete, asphalt, isolation switches, earthwork, clearing and grubbing, seeding, asbestos removal that is part of electrical utility work. This contract does not include interior electrical work, electrical utility work, generators, etc. that are to be installed to support new building construction and major repairs or renovations to existing facilities. The work is located at Naval Support Activity, (NSA), Crane, and Glendora Test Facility, Sullivan, Indiana. The proposed solicitation will contain provisions for a 12-month base period plus two 12-month option periods, to be exercised at the Government TMs discretion. The contract maximum will be $20 million, or 36 months, whichever comes first. Historically, task orders have typically ranged in size from $4,000.00 to $850,000.00 with the average being $81,000.00. Note: Historical data is provided for informational purposes only and does not guarantee the value of orders issued on the proposed solicitation. Low Price Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. The NAICS Code for this solicitation is 238210, Electrical Contractors and Other Wiring Installation Contractors. The Small Business Size Standard is $15M. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the cost of labor. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman Owned Small Businesses (WOSB); Economically Disadvantaged Woman Owned Small Businesses (EDWOSB) or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, EDWOSB, or small business concerns. The type of set-aside to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, , HUBZone concern, WOSB, EDWOSB, , or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V business, SDVOSB, , HUBZone concern, WOSB, EDWOSB, , or small business concerns should indicate their interest to the contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, WOSB concern, or EDWOSB concern; SDVOSB must also provide documentation of their status (b)describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract and (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.) Anticipate the solicitation will be released on or about 09 February 2017. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor@navy.mil. Responses may be submitted under Solicitation Number N40083-17-R-3608 via e-mail to: annette.taylor@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on 11 January 2017.
Posted: Dec. 27, 2016, 2:30 p.m. EST
Posted: Dec. 14, 2016, 12:40 p.m. EST

Overview

Response Deadline
Jan. 11, 2017, 12:00 a.m. EST (original: Dec. 28, 2016, 12:00 a.m. EST) Past Due
Posted
Dec. 14, 2016, 12:40 p.m. EST (updated: Dec. 27, 2016, 2:36 p.m. EST)
Set Aside
None
Place of Performance
Naval Support Activity 300 Highway 361, Crane, IN 47522 US
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
70%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
69% of similar contracts within the Department of the Navy had a set-aside.
On 12/14/16 Naval Facilities Engineering Command issued Sources Sought N4008517R3608 for ELECTRICAL SERVICES AT THE NAVAL SUPPORT ACTIVITY, CRANE, INDIANA AND THE GLENDORA TEST FACILITY, SULLIVAN, INDIANA due 1/11/17. The opportunity was issued full & open with NAICS 238210 and PSC Z.
Primary Contact
Name
Annette Taylor 812-854-2673 e-mail: annette.taylor@navy.mil Carrie Grimard, phone: 812-854-6641 or e-mail: carrie.grimard@navy.mil   Profile
Email
annette.taylor@navy.mil
Phone
None

Documents

Posted documents for Sources Sought N4008517R3608

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008517R3608

Award Notifications

Agency published notification of awards for Sources Sought N4008517R3608

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N4008517R3608

Contract Awards

Prime contracts awarded through Sources Sought N4008517R3608

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008517R3608

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008517R3608

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
Jan. 26, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 26, 2017