The RFP Database
New business relationships start here

Multiple award,indefinite-delivery/indefinite-quantity (IDIQ) type contract for Construction, Renovation, and Repair projects, including design-build and fully designed projects


Indiana, 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 NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The intent of this notice is to identify potential offerors to determine the applicable set-aside. The Solicitation Number for this announcement is N40085-17-R-3611; The Naval Facilities Engineering Command, Mid-Atlantic, PWD Crane, is currently seeking potential sources for a multiple award, indefinite-delivery/indefinite-quantity (IDIQ) type contract for Construction, Renovation, and Repair projects, including design-build and fully designed projects, with a onetime guaranteed minimum of $5,000.00 per contractor. The government does not guarantee any work beyond the guaranteed minimum of $5,000.00.
Approximately five (5) contracts may be awarded for this work. The term of the potential contract will be a 12-month base period and four (4) 12-month option periods to be exercised at the Governmentbs discretion. The term of the potential contract shall not exceed 60 months or the total value of the potential contract shall not exceed $90.0 million, whichever comes first. The estimated range of Task Orders to be awarded is between $500,000.00 and $5,000,000.00. The NAICS Code for this solicitation is 236210, Industrial Building Construction. The Small Business Size Standard is $36,500,000.00.

Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the cost of the contract not including the cost of materials with its own employees.
Sources are sought from 8(a) firms including 8(a) firms with a bona find 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. Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, or Women Owned Small Business (WOSB) 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. The contractor must have a bonding capability of $5.0 million on individual projects as well as the capability to bond up to $20.0 million within a 12 month time period.


The intention of the future solicitation is to obtain Construction, Renovation, Repairs, including design-build and fully designed projects at the Naval Support Activity (NSA) Crane, Indiana and the Glendora Test Facility, Sullivan, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various construction, renovation, and repair projects (including design-build) ranging in size from $500,000.00 to $5,000,000.00 at assorted buildings and structures at NSA Crane, IN and the Glendora Test Facility, Sullivan, IN. Lead or asbestos abatement may be required. Work in explosive facilities may be required.
There is a possibility that projects at remote Military Reserve Centers up to 250 miles from NSA Crane may be offered; however, a vast majority of the work will be performed at NSA Crane.

Low Price Technically Acceptable source selection procedures will be utilized in conducting competitive negotiations for this contract. Proposal submission will result in price and technical proposals once the Request for Proposal is issued, and instruction for evaluation factors will be included in the Request for Proposal, and specific to each project.

Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, or WOSB should indicate their interest to the contracting Officer in writing. As a minimum the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region bVb contractor, HUBZone concern, or WOSB concern; SDVOSB must also provide documentation of their status, (b) A letter from a bonding company or other evidence showing a bonding capability of $5.0 million on individual projects as well as the capability to bond up to $20.0 million within a 12-month time period, (c) describe your partnering, teaming or joint venture intentions, (d) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (e) 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; experience working in explosive facilities shall be noted.
The contractor shall show their experience and capability of providing the wide range of services from relatively small construction and repair projects to larger design build projects., (f) describe specific portions of this type of effort your company intends to subcontract and (g) 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.) All of the above must be submitted in sufficient detail for a decision to be made on availability of interested 8(a) Region bVb, SDVOSB, HUBZone concerns, or WOSB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested 8(a), SDVOSB, HUBZone, or WOSB concerns.
If adequate interest is not received from any of the above categories this solicitation will be issued as a competitive Small Business Set-Aside.

Anticipate the solicitation will be released on or about 20 June 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. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offerors must be currently 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 or https://www.acquisition.gov. Note: Registration in SAM is free. All contractual and technical inquiries shall be submitted via electronic mail to carrie.grimard@navy.mil. The due date for responses to this Sources Sought Notice is 10 April 2017. Responses may be submitted under Solicitation Number N40085-17-R-3611 via hard copy to NAVFAC Mid-Atlantic PWD Crane, Attention: Carrie Grimard, Supervisory Contract Specialist, Code PRX22, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082 or via e-mail to carrie.grimard@navy.mil. Receipt of potential offerorbs Statement of Qualifications shall be received no later than 4:00 p.m.
(EDT) on 10 April 2017.

ANNETTE TAYLOR
annette.taylor@navy.mil

CARRIE GRIMARD
carrie.grimard@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP