Y--DESIGN-BUILD INDEFINITE DELIVERY INDEFINITE QUANTITY FIRM FIXED PRICE MULTIPLE AWARD CONSTRUCTION CONTRACT NAVAL AIR STATION KEY WEST AREA OF OPERATIONS

expired opportunity(Expired)
From: Federal Government(Federal)
N6945019KYWST

Basic Details

started - 06 Jun, 2019 (about 4 years ago)

Start Date

06 Jun, 2019 (about 4 years ago)
due - 27 Jun, 2019 (about 4 years ago)

Due Date

27 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N6945019KYWST

Identifier

N6945019KYWST
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (698534)DEPT OF THE NAVY (155024)NAVFAC (10789)NAVFAC ATLANTIC CMD (6526)NAVFAC SOUTHEAST (1190)NAVFACENGSYSCOM SOUTHEAST (1047)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. 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. There are no plans or specifications available for this notice. NAVFAC SE is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small
Business (SDVOSB), Women Owned Small Business (WOSB) and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, security approvals, equipment, capability and bonding capacity to perform. The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including but not limited to: industrial, aircraft hangar, aircraft traffic control, marine facilities, waterfront, administrative, training, dormitory, and community support facilities for Department of Defense (DoD) activities in the Key West area of operations managed by NAVFAC SE. Projects will require either single discipline or multi-discipline design services. Projects can be based on design-build or modified design-build and may require comprehensive interior design and incorporation of sustainable features. Work will primarily be performed in the following areas, to include, but not limited to: Naval Air Station Key West, Naval Reserve Centers located in Miami and West Palm Beach, and Naval Surface Warfare Center (NSWC) South Florida Testing Facility in Dania Beach, Florida. Work may be required in other areas in the area of operation within NAVFAC SE and NAVFAC Atlantic if deemed necessary. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $49M over a five year ordering period. A per contract maximum will not be identified. Task orders will be FFP with a minimum value of $150,000 and a maximum value of $6M, however, task orders under or over these amounts may be considered if deemed to be in the Governmentâ€TMs best interest and approved by the Contracting Officer. MACC 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). Under the FAR 52.219-14 – Limitations of Subcontracting, guidelines, the prime contractor must have the capability to perform at least 15 percent of the cost of the contract work with its own employees. NAICS Code: 236220 – Commercial and Institutional Building Construction, with a Small Business Size Standard of $36.5M. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1.Contractor Information: Provide your firmâ€TMs contact information, to include DUNS and Cage Code numbers. 2.Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 3.Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4.Bond Capacity: Provide your suretyâ€TMs name, your maximum bonding capacity per individual project, and your aggregate bonding capacity. 5.Experience Submission Requirements: Submit a minimum of three (3) and a maximum of five (5) multidiscipline Design Build projects that demonstrate experience in performing efforts of a similar size, scope and complexity to the project description above (construction, renovation, alteration, demolition, and repair work; including the necessary design); and completed within the last five (5) years with an approximate completed value of $500,000 or greater. Submissions shall contain the following items (a – g) for each project submitted for consideration. a.Include Contract Number, if applicable b.Indicate whether Prime contractor or Subcontractor c.Contract Value d.Completion Date e.Government/Agency point of contact and current telephone number. f.Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and how the contract referenced relates to the project description herein. g.Identify whether your firm used in-house design capacity or used an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 10 pages. 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 companyâ€TMs 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. Please respond to this announcement by 27 June 2019, NLT 2:00 pm Eastern Time by submitting your capabilities statement via email to yaritza.acton@navy.mil and sarah.shrum@navy.mil. The subject line of the email shall read: KEY WEST MACC. Emails shall be no more than 10MB in size. Responses received after the deadline or without the required information may be considered unacceptable and may not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the individual participants.

N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FLLocation

Place Of Performance : N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL

Country : United StatesState : Florida

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS