Search Contract Opportunities

SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF VARIOUS DRY UTILITIES CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM   3

ID: N6247321RDRYU • Type: Sources Sought

Description

This 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) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses.

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.

Naval Facilities Engineering Systems Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction, renovation, and repair of dry utilities construction projects. The term self-perform refers to performing relevant major trade work in-house without subcontractors. This does not include administrative or management functions. Relevant major trade work is that which is the same or similar to the work that may be ordered under the proposed contract.

The North American Industry Classification System (NAICS) Code is 237130 (Power and Communication Line and Related Structures Construction) with a Small Business Size Standard of $39.5 million. Task orders issued under the proposed multiple award contract(s) will be performed at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The proposed contract(s) will be for one (1) base period of two (2) years and one (1) option period of six (6) years, resulting in the contract performance period maximum of eight (8) years. The estimated total contract price for the base period and option period for all contracts combined is $495,000,000. Task order range is estimated between $300,000 and $20,000,000.

Projects will be primarily design-build or secondarily design-bid-build for new construction, renovation, and/or repair of dry utilities construction projects. Examples of relevant dry utilities projects are similar in scope to: electrical distribution systems, exterior lighting systems, controls (e.g. SCADA, relays), airfield lighting systems, communications and security systems, grounding systems, alternative energy structures (e.g. solar), and related work. Examples of related work is similar in scope to: digging trenches; laying cable, pipes and conduit; constructing manholes, concrete pads, and footings; and building structures that are integral parts of the utility systems (e.g., towers, substations, and enclosures).

Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Forms. The following information shall be provided:

1) Contractor Information: Provide your firm's contact information, including DUNS number and CAGE Code.

2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to http://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 self-performed to demonstrate your experience in dry utilities construction 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 (5) years prior to the submission due date. All projects shall have a minimum construction cost of $300,000. Projects which do not meet these requirements may not be considered relevant.

Additional minimum submission requirements:

  • Submit at least one (1) self-performed relevant project with a construction cost (for dry utility scope only) of $2,000,000 or above. This refers to the total contract cost if the work was performed by the Offeror as prime contractor, and the subcontract cost if the work was performed by the Offeror as a subcontractor.
  • Submit at least one (1) self-performed relevant project that was performed by the Offeror as a prime contractor.
  • Submit at least one (1) self-performed relevant project demonstrating experience with design-build construction of a dry utilities project. Design-build refers to combining design and construction in a single contract with one contractor. Design-build projects require design of the project by a licensed professional (i.e. engineer, architect). Projects that only require shop drawing level effort are not design-build projects.
  • Within the submitted projects, the Offeror shall demonstrate self-performed construction experience for each of the following items:
    • Construction of underground electrical power distribution systems, with a minimum system voltage of 15kV; nominal voltage may vary (e.g. 12kV would qualify; 4160V would not qualify).
    • Construction of overhead electrical power distribution systems, with a minimum system voltage of 15kV; nominal voltage may vary (e.g. 12kV would qualify; 4160V would not qualify).
    • Construction of electrical substations (including transformers, switchgear, and control systems).
    • Construction of airfield lighting systems.
    • Construction of communications and security systems.
    • Construction of alternative energy structure (e.g. solar).
      Note: A single project may satisfy more than one of the above minimum requirements.

For each of the projects submitted for experience evaluation, the following information is required:

  • title and location
  • award and completion dates
  • contract or subcontract value
  • type of work for overall project and type of work your firm self-performed
  • customer information including point of contact, phone number, and email address
  • whether the work was performed as a prime or subcontractor
  • type of contract (Design-Build or Design-Bid-Build see Sources Sought Information Form)
  • narrative project description
  • description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed

For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Identify your working relationship with the design firm (i.e. number of years working together).

6) Safety: Submit Experience Modification Rates (EMR) and OSHA Days Away from Work, Restricted Duty, or Transfer (DART) rates for each of calendar years 2018, 2019, and 2020. For any EMR greater than 1.0 or any DART rate of 3.0 or greater, provide an explanation to address the extenuating circumstances that affected the rate and any corrective actions taken. Instructions for calculating the DART rate can be found at http://www.bls.gov/iif/osheval.htm. NAVFAC may make an acquisition strategy determination that excludes contractors with unexplained high EMR or DART from the pool of sufficiently qualified contractors.

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 shall be submitted electronically via email to Michelle Sanders at michelle.sanders@navy.mil and are due no later than 2:00 p.m. (Pacific) on April 1, 2021. All NAVFAC Southwest solicitations are posted on the beta.sam.gov website at https://beta.sam.gov/ under Contract Opportunities and begin with "N62473."

Overview

Response Deadline
April 1, 2021, 5:00 p.m. EDT (original: April 1, 2021, 2:00 p.m. EDT) Past Due
Posted
March 11, 2021, 11:49 p.m. EST (updated: March 11, 2021, 11:52 p.m. EST)
Set Aside
None
Place of Performance
CA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
35%
Vehicle Type
Indefinite Delivery Contract
On 3/11/21 NAVFAC Southwest issued Sources Sought N6247321RDRYU for SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF VARIOUS DRY UTILITIES CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM due 4/1/21. The opportunity was issued full & open with NAICS 237130 and PSC Y1NZ.
Primary Contact
Name
Michelle Sanders   Profile
Phone
(619) 705-4657

Documents

Posted documents for Sources Sought N6247321RDRYU

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N6247321RDRYU

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6247321RDRYU

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6247321RDRYU

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
April 2, 2021
Last Updated By
michelle.sanders@navy.mil
Archive Date
April 2, 2021