SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULITPLE AWARD CONSTRUCTI...

From: Federal Government(Federal)
N69450-24-R-FPMC

Basic Details

started - 15 Apr, 2024 (14 days ago)

Start Date

15 Apr, 2024 (14 days ago)
due - 06 May, 2024 (in 6 days)

Due Date

06 May, 2024 (in 6 days)
Bid Notification

Type

Bid Notification
N69450-24-R-FPMC

Identifier

N69450-24-R-FPMC
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE NAVY (157028)NAVFAC (10919)NAVFAC ATLANTIC CMD (6598)NAVFAC SOUTHEAST (1197)NAVFACSYSCOM SOUTHEAST (62)
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.If a solicitation is issued, the solicitation number will not be the same number as the source sought notice number. It is the potential offeror’s responsibility to check Contract Opportunities on the SAM.gov website for any updates. The Naval Facilities Engineering Systems Command
Southeast (NAVFAC SE) is seeking qualified and interested parties in any of the following categories: Small Business (SB), Service Disabled Veteran-Owned Small Business (SDVOSB), U.S. Small Business Administration (SBA) certified 8(a) program participants, Historically Underutilized Business Zone (HUBZone) Small Business, and Women Owned Small Business (WOSB), with current relevant qualifications, experience, personnel, and capability to perform the work described below:Design Build and Design Bid Build Fire Protection Multiple Award Construction Contract. This contract will primarily consist of fire protection installation or repairs (new construction and renovations) with professional engineer design capabilities. The preponderance of the work will include fire suppression systems (wet, dry, preaction, wet chemical, deluge), water supplies (fire pumps, tanks and underground water mains), low and high expansion foam (AFFF foam systems, high expansion foam system, releasing systems, underground containment systems, and surface containment systems), gaseous (carbon dioxide and clean agents), special hazards protection, fire alarm systems (detection, reporting, and mass notification), and life safety system renovations (penetration fire stopping, fire door replacement, fire wall repairs) for the Department of Defense activities located within the NAVFAC SE AOR, to include but not limited to, the following States: South Carolina, Georgia, Florida, Alabama, Arkansas, Mississippi, Kansas, Louisiana, Texas, Tennessee, Missouri, and Oklahoma. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e., four (4) or five (5) RFPs issued within a 30-day period).This contract will awarded to approximately five (5) contractors for a Base year and four option years. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $99 million over the base year and the four option periods combined. A per-contract maximum will not be identified. Task orders will be firm-fixed price with a minimum value of $250 thousand and a maximum value of $15 million.The North American Industry Classification System (NAICS) Code is 238220 -- Plumbing, Heating, and Air-Conditioning Contractors, with the annual size standard of $19 million. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information:Contractor Information: Provide your firm’s contact information, to include its System for Award Management (SAM) Unique Entity Identifier and Cage Code numbers. Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. Type of Business: Small Business (SB), Service Disabled Veteran-Owned Small Business (SDVOSB), U.S. Small Business Administration (SBA) certified 8(a) program participants, Historically Underutilized Business Zone (HUBZone) Small Business, and Women Owned Small Business (WOSB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. Bond Capacity: Provide your firm’s surety’s name, your firm’s maximum bonding capacity per individual project and aggregate bonding capacity. Your firm must demonstrate it can bond a single project at $15 million. Experience: Submit a minimum of three (3) DB projects, to include experience in comprehensively performing design and self-performed installation of a similar size and scope and completed within the last seven (7) years, with an approximate completed value of $1.0 million or greater for the fire protection work in each submitted project. Each submitted project shall include at least two (2) of the following systems required to be considered relevant: fire suppression systems (automatic sprinkler, gaseous, or foam), fire alarm systems (fire detection systems, fire notification systems, fire reporting systems, mass notification system), fire water supply systems (fire mains, tanks, or fire pumps), or life safety system renovations (fire wall construction/ repair, penetration fire stopping) (fire stopping of project caused penetrations does not constitute life safety system renovations).We are looking for contractors that can self-perform the fire protection work. We will not consider contract(s)/work for which your firm sub-contracted the fire protection work out to another firm. Each submitted project shall clearly indicate the value for the fire protection work and the amount of this work completed by the proposing contractor.We will not consider an IDIQ contract as a whole. Individual task order issued against the IDIQ contract will be considered.If you are providing a DB contract for which you were the sub-contractor that self-performed the fire protection portion work that was a part of another construction contract, the fire protection portion must be $1.0 million or greater.Submissions shall contain the following items below (a – h) for each project submitted for consideration. a. Include Contract Number, if applicable b. Indicate whether Prime contractor or Subcontractor c. Contract Value d. Value of Fire Protection System scope if performing work on a contract as the fire protection subcontractor e. Completion Date f. Government/Agency point of contact and current telephone number. g. 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. h. Indicate whether the project is DB or not.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 15 pages.This package shall be sent by email, no larger than 10 MB, to the following email addresses: dennis.p.bourgault.civ@us.navy.mil. Submissions must be received at the email addresses cited no later than 3:00 PM Eastern Time on May 6, 2024. The subject line of the email shall state: N69450-24-R-FPMC, Fire Protection MACC Sources Sought Response. Responses that do not meet all the requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation. NAVFAC SE will use the information for technical and acquisition planning. All proprietary information not to be disseminated outside the Government must be clearly marked and identified. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.

Jacksonville ,
 FL  32212  USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Jacksonville

Office Address : COMMANDING OFFICER B-903 YORKTOWN NAS JACKSONVILLE , FL 32212-0030 USA

Country : United StatesState : FloridaCity : Jacksonville

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode Z2JZREPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS