FBO Notice Date 11/06/19
BIDS Reference Number 280
Document Type: Sources Sought
Construction Of Structures And Facilities

Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Core, 32212-0030

Y -- P-1594 Powertrain Facility Machining SOL N6945020R0013 DUE 120619 POC Deborah D Torrence, ContractIng Officer, Email deborah.torrence@navy.mil -Yaritza Acton, Contracting Officer, Phone 9045426315, Email yaritza.acton@navy.mil

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 ANYFOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In orderto 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.

The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and other Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project.

Project Description:

Construction of two facilities - A new 124,670 SF Aircraft Component Repair Facility (ACRF or ACRS) to house rotary wing aircraft component rebuild activities and infrastructure; and, an 82,207 SF administrative HQ office building. Primary facilities include ACRS with flexible manufacturing space to house componentmaintenance processes. Both buildings include administrative space, rest rooms,support space, and supporting utilities. The ACRS facility includes Special Foundations and preloading of soils. Both facilities include: Fire detection, alarm, and protection systems; mass notification systems; Energy Monitoring and Control System (EMCS) connection; and Building Information Systems. Sustainability and energy enhancement measures are included for both buildings. Supporting facilities include connections to and distribution of all utilities systems: potable water, sanitary sewer, natural gas, electrical, storm drainage, and lighting; information systems, road and sidewalk paving; curb and gutter; pavement marking and signage; clearing and grubbing; erosion control measures; landscaping; excavation and embankment; low impact development features; and excavation and haul of borrow material. Facilities include energy efficiencies, building envelope and integrated building systems performance. Access for individuals with disabilitieswill be provided

The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction with the annual size standard of $39.5 million. Project Magnitude is between $25,000,000 and $100,000,000. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this Source Sought announcement to make appropriate acquisition decisions.

The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit a Capability Statement. The information which must be contained in your response is as follows:

1) Name and address of company.
2) Point of contact with phone number and email address.
3) Identify the company's business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable tothis sources sought. If your firm is claiming HUBZone or 8(a) status, provide acopy of your SBA certification.
4) Evidence of sufficient bonding capacityof at least $50 million per project, and the maximum aggregate bonding amount per individual project. Evidence shall include the name, telephone number and point of contact of respective bonding company.
5) Evidence of registration in SAM, including Cage Code and Entity Identifier (formerly DUNS Number).
6) Indicate if a solicitation is issued will your firm/company be submitting a proposal:
_____ Yes ______No.
7) Experience Submission Requirements:
a. Submit a minimum of two (2) Design-Bid-Build or Design-Build projects of which one (1) must be new D-B-B construction, that best demonstrate experience in performing efforts of a similar size, scope and complexity to the project description above.
b. Projects submitted must be completed within the last five (5) years or if not complete then the construction contract must be 80% complete. Complete is defined as the construction dollar value.
c. With an approximate value of $50 Million or greater.
d. Projects submitted shall also demonstrate the following:
(1) Approximately 125,000 SF total;
(2) Managing simultaneous construction locations;
(3) Managing multiple trades;
(4) Provide recent project examples demonstrating experience with extensive
construction within a confined area/site; and,
(5) Provide recent project examples that have included multi-phased construction
to maintain existing operations and short construction timelines to meet
operational need dates.

A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project.

Submissions shall contain the following items below (a - g) for each projectsubmitted 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. Indicate whether the project is Design Build or Design-Bid-Build
Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required above (items 1-7). Complete submission package shall not exceed10 pages.

The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. 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. After completingits analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, Veteran-Owned Small Business WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.

Interested parties should respond no later than 6 December 2019, 3:00 pm Eastern Time via email to deborah.torrence@navy.mil and yaritza.acton@navy.mil. Thesubject line of the email shall read: Powertrain Facility Machining at Corpus Christi Army Depot, Naval Air Station Corpus Christi, TX. Emails shall be no morethan 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.

CITE: https://www.fbo.gov/notices/a378094847b94da3ebed891215665109