This is a Sources Sought synopsis. This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this synopsis is to identify potential Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC) that have the required experience, capability, and facility clearance level to construct interior secure facilities. NAVFAC Pacific will use the responses to this Sources Sought notice to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holders list. After review of the responses to this notice, a pre-solicitation announcement may be published on the SAM.gov website should the Government intend to proceed with this procurement.
Firms responding to this notice shall clearly identify which small business program(s), as specified above, they represent.
The North American Industry Classification System (NAICS) Code is 236220, Average Annual Receipts for past three years--$45 MIL. The estimated cost is between $10,000,000 and $25,000,000.
The project is for the construction of two secured spaces within fully constructed facilities. The work consists of interior construction improvements and supporting interior facilities including built-in equipment, a raised access flooring system and an Uninterruptible Power System (UPS). The construction work will be subject to secured area monitoring and surveillance by Cleared American Guards (CAG) during secure space finish work in accordance with Intelligence Community guidance.
The award of the contract will be to a U.S. prime contractor with U.S. subcontractor and supplier firms. All employees working on the project shall be U.S. citizens or U.S. persons (i.e., an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. § 1101 (a)(20) or who is a protected individual as defined by Title 8 U.S.C. § 1324b (a)(3)) that have current, valid Secret clearance.
The Government will evaluate responses based upon small business program representation, experience, facility clearance level, and bonding capacity. Use the attached forms: Sources Sought Questionnaire form (Attachment (1)) and Experience Questionnaire form (Attachment (2)). The Experience Questionnaire information shall support that you have completed a relevant project of the magnitude indicated.
Firms having the capability to perform this work are invited to submit Attachments (1) and (2) by electronic mail to Adele Murakami at adele.m.murakami.civ@us.navy.mil no later than 2:00 p.m. HST on May 27, 2025.
Complete information must be submitted as the Government will not seek clarification of information provided. The Government will not contact the concern for clarification of information. This Sources Sought notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this Sources Sought notice or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this notice. All information will be held in a confidential manner and will only be used for the purposes intended. Information received after the specified date and time will not be considered.