IDIQ JOC FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MCB CAMP PENDLETON AND NWS SEAL BEA...

expired opportunity(Expired)
From: Federal Government(Federal)
N62473-24-R-2701

Basic Details

started - 14 Dec, 2023 (4 months ago)

Start Date

14 Dec, 2023 (4 months ago)
due - 03 Jan, 2024 (3 months ago)

Due Date

03 Jan, 2024 (3 months ago)
Bid Notification

Type

Bid Notification
N62473-24-R-2701

Identifier

N62473-24-R-2701
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE NAVY (156968)NAVFAC (10916)NAVFAC PACIFIC CMD (3912)NAVFAC SOUTHWEST SW (132)NAVFACSYSCOM SOUTHWEST (125)

Attachments (1)

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.

SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), JOB ORDER CONTRACT (JOC) UNDER NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE 236220 FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MARINE CORPS BASE (MCB) CAMP PENDLETON AND NAVAL WEAPONS STATION (NWS) SEAL BEACH, CA, AREA OF RESPONSIBILITY (AOR) AND OTHER LOCATIONS AS APPROVEDThis is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) SBA certified 8(a) Business, SBA certified HUBZone Small Business, Economically Disadvantaged Women Owned Small Business (EDWOSB), and/or Service Disabled Veteran
Owned Small Business (SDVOSB).This Sources Sought Synopsis is one facet in the Government’s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research.NAVFAC Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Economically Disadvantaged Women Owned Small Business, and/or Service Disabled Veteran Owned Small Business sources with current and relevant experience, personnel, and capability to perform Commercial and Institutional Building Construction projects at various Government facilities within the MCB Camp Pendleton and NWS Seal Beach, California, NAVFAC SW AOR and other locations as approved.The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $45 million.The proposed contract(s) will be for a base performance period of two (2) years and two (2) option periods of three (3) years, resulting in the contract performance period maximum of eight (8) years. The estimated total contract price for the base year and all option years combined is $99,000,000. Task order range is estimated between $2,000 and $1,000,000.Interested sources are invited to respond to this sources sought announcement via email with the following information:1) Contractor Information: Provide your firm’s contact information, including Unique Entity ID (generated by SAM.gov) and CAGE Code. NOTE: SAM registrations are taking much longer for approval. This is especially true for newly formed Joint Ventures. Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, EDWOSB and/or SDVOSB concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov.3) Bonding Capacity: Provide your surety’s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.4) Locations: Identify the locations in which you are willing and capable to work.5) Experience: Submit a minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has performed as the prime contractor to demonstrate your experience in Commercial and Institutional Building Construction projects as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. “Recent” is defined as having been 100% completed within the five years prior to the submission due date. All projects shall have a minimum construction cost of $100,000. Projects which do not meet these requirements may not be considered relevant.Utilize the attached General Construction Sources Sought Information Form, for each of the projects submitted for experience evaluation, provide the following:title and locationaward and completion datescontract or subcontract valuetype of work for overall project and type of work your company self-performedcurrent customer information including point of contact, phone number, and email addresswhether the work was performed as a prime or subcontractordescription of the work that was self-performed by your company, including the percentage of contract value your company self-performed6) Safety: OSHA Days Away from Work, Restricted Duty, or Transfer (DART) Rate, and Total Recordable Case (TRC) Rate for each of calendar years 2020, 2021, and 2022 TO DATE. For any DART rate above 3.0, or any TRC above 4.5 provide an explanation to address the reasons for the rate and extenuating circumstances that affected the rate. Instructions for calculating the DART rate can be found at http://www.bls.gov/iif/osheval.htm.In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation.Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on January 3, 2024. Please address your response to Naval Facilities Engineering Systems Command via email ONLY to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the website at https://sam.gov/ and begin with “N62473”.

CA   USALocation

Place Of Performance : N/A

Country : United StatesState : California

Office Address : 750 PACIFIC HIGHWAY SAN DIEGO , CA 92132-0001 USA

Country : United StatesState : CaliforniaCity : San Diego

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2AZREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS