Washington Bids > Bid Detail

SOURCES SOUGHT – N44255FY23JOC NAVFAC NORTHWEST JOB ORDER CONSTRUCTION CONTRACT (JOC)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159588995680093
Posted Date: Nov 8, 2022
Due Date: Nov 18, 2022
Solicitation No: N44255FY23JOC
Source: https://sam.gov/opp/9faa6023b5...
Follow
SOURCES SOUGHT – N44255FY23JOC NAVFAC NORTHWEST JOB ORDER CONSTRUCTION CONTRACT (JOC)
Active
Contract Opportunity
Notice ID
N44255FY23JOC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC NW
Office
NAVFAC NORTHWEST
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 07, 2022 03:16 pm PST
  • Original Response Date: Nov 18, 2022 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Silverdale , WA 98315
    USA
Description

This is a Sources Sought Synopsis only. This is not a solicitation 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. There is no bid package or solicitation. All responses will be provided in writing via e-mail. No presentations or site visits will be scheduled for this sources sought notice.



Naval Facilities Engineering Systems Command (NAVFAC) Northwest is seeking responses from small business construction firms with interest and current relevant qualifications, experience, personnel, and capability to perform the work described below at various installations and facilities serviced by NAVFAC Northwest. Two separate contracts are contemplated:




  • West Sound (Naval Base Kitsap to include Puget Sound Naval Shipyard, Naval Base Bangor, Keyport, Manchester Fuel Depot, with some work located at Naval Magazine Indian Island).

  • North Sound (Naval Air Station Whidbey Island, Everett, Smokey Point, with some work located at Jim Creek and Pacific Beach)



The North American Industry Classification System (NAICS) Codes are 238220, Plumbing, Heating and Air Conditioning, with a Small Business Size Standard of $16.5 million and 238210, Electrical Contractors and Other Wiring Installation Contractors, with a Small Business Size Standard of $16.5 million. If your firm is unable to perform both NAICS, the Government is considering award of contracts exclusively for services under NAICS 238220. Firms may respond that they are interested in one or both contract locations.



West Sound - The planned maximum ordering capacity is not-to-exceed $99 million over the life of the contract, or five years including options. Task orders will be issued as firm-fixed-price with an anticipated minimum value of $2,000 and an anticipated maximum of $2 million. Some task orders may exceed the anticipated maximum value.



North Sound - The planned maximum ordering capacity is not-to-exceed $40 million over the life of the contract, or five years including options. Task orders will be issued as firm-fixed-price with an anticipated minimum value of $2,000 and an anticipated maximum of $1.5 million. Some task orders may exceed the anticipated maximum value.



JOCs are intended to provide rapid response in a cost effective manner. Each Task Order (TO) will be issued with specific information scope information such as guide specifications, and/or criteria. Design-Build TOs and TOs for design will not be issued under these contracts. However, minimal design services (i.e. work plans, shop drawings) related to construction may be required however certified designs (stamped drawings) are not required nor will be requested under this JOC. The contracts are planned as an indefinite delivery, indefinite quantity (IDIQ) construction contracts. The Government is contemplating pricing utilizing RS Means with the applicable area cost factor and the firm proposing a coefficient for overhead and profit application to the RS Means cost.



Interested small businesses are invited to respond to this sources sought by completing and returning the response form provided with the announcement published on Contract Opportunities within SAM.GOV. Each responding small business is requested to provide up to three projects, which best demonstrate the company’s experience relative to the types of work covered by this requirement in order for NAVFAC Northwest to determine there are a sufficient number of qualified small businesses to set the solicitation aside for small business. Projects provided for experience need to be representative of NAICS 238220 and 238210, or exclusively 238220. The projects should meet the description above, and be similar in size and scope. Projects involving but not limited to alterations, repairs, and construction of general purpose plumbing and electrical systems; HVAC; electrical and/or mechanical commissioning, testing and balancing; sound and vibration control; ventilation and exhaust systems; basic mechanical materials and methods; plumbing and piping for HVAC; insulation; instrumentation and control; boilers; chillers; and cooling towers. Experience with federal, state, local Government, and/or commercial customers is acceptable.



Within the narrative section of the response form, describe the projects in sufficient detail to demonstrate your firm’s experience with the types of work outlined in the work description above. Responses must have sufficient detail so that NAVFAC NW can determine if there are an adequate number of qualified small businesses available to set aside the solicitations. If an insufficient number of qualified responses are received, NAVFAC Northwest may issue the solicitations utilizing full and open competition.



Respondents will NOT be notified individually of the results of the sources sought.



Please respond to this announcement by 2:00 p.m. Pacific Daylight Time, 18 November 2022 by submitting an e-mail with an attached electronic copy of your response to emily.m.easterday.civ@us.navy.mil and micah.nazarino.civ@us.navy.mil. Please name the subject line of your e-mail as “(Insert Company Name) – JOC Sources Sought Response – N44255FY23JOC”. Emails shall be no more than 5 megabytes in size. If more than 5 MB are needed, more than one email may be sent. Please name your attached electronic file response as “(Insert Company Name) – JOC Sources Sought Response – N44255FY23JOC.doc” (or .docx or .pdf as appropriate).


Attachments/Links
Contact Information
Contracting Office Address
  • 1101 TAUTOG CIRCLE STE 203
  • SILVERDALE , WA 98315-1101
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 07, 2022 03:16 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >