The RFP Database
New business relationships start here

Design-Build, Design-Bid-Build IDIQ Multiple Award Contract (MAC) for Mechanical Construction at Naval Facilities Engineering Command Mid-Atlantic (NAVFAC ML) Naval Support Activity Crane, IN and Glendora Test Facity, Sullivan, IN


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.  THERE IS NO SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.  This Sources Sought is for a Design-Build, Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Mechanical Construction, corrective and preventive maintenance/repairs, renovation of mechanical system projects and service call/repairs of various mechanical systems at Naval Support Activity Crane IN and the Glendora Test Facility at Sullivan, IN. for the Naval Facilities Engineering Command Mid-Atlantic (NAVFAC ML).   The majority of the work will be concentrated at, Naval Support Activity Crane, IN and Glendora Test Facility at Sullivan, IN but may include the entire Mid-Atlantic Area of Responsibility (AOR).   Note:   Both NSA Crane and the Glendora Test Facility are located in rural, remote areas in southern Indiana with limited local subcontractors available.  NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS.  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.

Naval Facilities Engineering Command Mid-Atlantic is seeking qualified and interested parties in any of the following categories: 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);  Woman Owned Small Businesses (WOSB); Historically Underutilized Business Zone (HUBZone) concerns; or small businesses with current relevant qualifications, experience, personnel, and capability to perform.


The work will primarily consist of mechanical construction, corrective and preventative maintenance/repairs, renovation of mechanical system projects and service call/repairs of various mechanical systems.  Work requirements may include existing heating, ventilating, and air conditioning (HVAC) and plumbing systems and associated components including equipment replacements and incidental related work.  Work on Variable Refrigerant Flow (VF) systems, HVAC controls, Direct Digital Controls (DDC) and Pneumatic Controls, including associated electrical hookups and building distribution systems may, be required.  Individual task orders may also include work for other building related mechanical support systems such as those for compressed air, steam, hot water, process water and industrial ventilation.  Hazardous material abatement, including but not limited to asbestos, lead, cadmium, chromium and polychlorinated biphenyls (PCBs) may be required.  Work in and around explosive facilities will be required.  Task orders may be issued for service calls and repairs.  Task orders may be issued for preventative maintenance.  Projects may require no design, be fully designed, require minimal design, or design build.  Projects may range from $2,000 to 2,000,000.00.   However, task orders under or over these amounts may be considered if deemed to be in the Government's best interest and approved by the Contracting Officer.  Please note:  The vast majority of task orders to be issued are expected to be less than $100,000.00 each.    Under the FAR guidelines, the prime contractor must not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.


Under Federal Acquisition Regulations (FAR) guidelines if the solicitation is not set-aside for any type of small business, the prime contractor will be required to provide and comply with a small business-subcontracting plan that meets the goals specified in the solicitation.


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);  Woman Owned Small Businesses (WOSB); Historically Underutilized Business Zone (HUBZone) concerns; or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, WOSB, HUB Zone concerns, or small business concerns. The type of set-aside to be issued 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, WOSB, HUBZone concern, 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.


The work will be completed at the Naval Support Activity (NSA) Crane, Indiana and the Glendora Test Facility, Sullivan, Indiana.  MAC 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).  The North American Industry Classification System (NAICS) Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors with a Small Business Size Standard of $16.5 million.  The contract(s) will be for a 12-month period with four 12-month option periods to be exercised at the Government's discretion.  The Government intends to award approximately six contracts on this MAC.  A per contract maximum will not be identified.  However, the total value of all task orders issued will not exceed $40 million over the entire 60 month period regardless of the number of contracts awarded.  The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format.

 (a) a copy of the certificate issued by the SBA of your qualifications as a  8(a) Region "V" contractor or HUBZone concern; SDVOSB must also provide documentation of their status

(b) describe your partnering, teaming or joint venture intentions, if any, If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement.  For more information on the definition or requirements for these, refer to http://www.sba.gov/.

(c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor,

(d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor;

 (e) provide descriptions of a minimum of two and a maximum of five projects completed in the last five years that are similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; 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.,  Note:  One project must show capability of completing a design build project, and

(f) demonstrate the capability to bond up to $2,000,000.00 in a 12-month period by providing a letter from your bonding company that describes the your bonding capacity.  


Contracts with federal, state, or local Government, and/or commercial customers will be accepted.  All proprietary information not to be disseminated in Government documents must be clearly identified. 


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 company's 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.


All apparent successful offerors 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. 


RESPONSES ARE DUE ON 17 SEPTEMBER 2019 by 2:00 P.M. EST.  LATE RESPONSES WILL NOT BE ACCEPTED.  The submission package shall be sent by mail to the following address:  Commander Naval Facilities Engineering Command, Mid-Atlantic, ACQ22 (ATTN: GARY MILTON); 9324 Maryland Ave., Norfolk, VA  23511-3095


Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted.  Questions or comments regarding this notice may be addressed by email at gary.milton1@navy.mil. ;


* Note: Source Sought number maybe different from the Solicitation number.


Gary Milton, Contract Specialist, Phone 7573412074, Email gary.milton1@navy.mil - Maurice N. Muse, Contract Specialist, Phone 7573411652, Email maurice.muse@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP