NSWC Bldg 3659 - Crane, Indiana

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR-23-NSWC-CRANE

Basic Details

started - 23 Jan, 2023 (14 months ago)

Start Date

23 Jan, 2023 (14 months ago)
due - 07 Feb, 2023 (13 months ago)

Due Date

07 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
W912QR-23-NSWC-CRANE

Identifier

W912QR-23-NSWC-CRANE
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698575)DEPT OF THE ARMY (131661)USACE (37562)LRD (5483)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
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.

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone,8(a), Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately.Project Location: Naval Support Activity Crane, IndianaProject Description: Construct a 12,000 SF facility. Scope consists of site work, building siting, grading, utility service, sidewalks, and storm water management. Scope includes office area, lab areas, network area, and shower/restrooms. Project will need NMCI, RDTE and telecommunications. Office and lab space will need utilities for typical office computers and test benches/stations. New construction should be typical of office cubicles, and research & test labs.Contract duration is estimated at 540 calendar days calendar days. The estimated cost limit is between
$5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via email by Wednesday, February 7, 2023, by 3:00 PM Eastern Standard Time.Responses should include:1. Identification and verification of the company’s small business status.2. Contractor’s Unique Entity Identifier (UEI)) and CAGE Code(s).3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.4. Description of Experience – Provide descriptions your firm’s past experience on up to three (3) projects with greater than 95% construction complete or those projects completed within the last five years which are similar to this project in size, and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.A. Projects similar in Scope to this project included: New construction of general purpose/vehicle maintenance buildings, RDT&E laboratories, and/or commercial and industrial warehouses.B. Projects similar in size to this project include: Total square footage of approximately 9,000 SF.C. Based on definitions above, for each project submitted include:Current percentage of construction complete and the date when it was or will be completed. Projects that are substantial completion (95% complete) can be submitted if it meets the criteria.Size of the projectScope of the projectThe dollar value of the construction contract and whether the project was design build or design/bid/build.Type and percentage of the contract cost, excluding cost of materials, that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed.Identify the number of subcontractors by construction trade utilized for each project.Documentation from firm’s bonding company showing current single and aggregate performance and payment bond limits.5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.Email responses and any questions to jacob.s.pridemore@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).”Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage(www.sam.gov).

Crane ,
 IN  47522  USALocation

Place Of Performance : N/A

Country : United StatesState : IndianaCity : Crane

Classification

naicsCode 236220Commercial and Institutional Building Construction