SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY CONSTRUCTION MAINTENANCE CONTRACT FOR UTILITIES DISTRIBUTION SYSTEMS IN THE HAMPTON ROADS, VA AREA OF RESPONSIBILITY
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.
The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency’s requirements exist.
The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing paving services for a Regional Indefinite-Delivery Indefinite-Quantity Construction Maintenance Contract for Utilities Distribution Systems in the Hampton Roads, VA Area of Responsibility.
All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry responses to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. No drawings or specifications will be made available at this time. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
An Indefinite Delivery Indefinite Quantity Construction Maintenance Contract for Utilities Distribution Systems in The Hampton Roads, VA Area of Responsibility (AOR) is anticipated.
The total contract term is anticipated to be five years; a base year with four option years.
General Work Requirements:
This is a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide maintenance, inspection, cleaning, painting, repair, testing and replacement of various utility systems located outside of facilities and buildings, inside of facilities and buildings where connected to the building systems, under facilities and buildings, underground, above ground, above piers, on piers, under piers, inside double deck piers, in trenches, in manholes and pits, in valve pits, in wet wells, and in pump station facilities located in the Hampton Roads, VA AOR.
Types of work to be included in this contract are as follows but are not limited to: steam and condensate distribution including pre-engineered, pre-manufactured and pre-insulated conduit systems and pre-insulated conduit systems. Maintenance of sanitary sewage collection systems, sanitary sewage distribution systems and storm water drainage systems. The rehabilitation of lines, supervisory control and Data Acquisition Systems (SCADA), fire protection water systems, hydrants, water distribution systems, saltwater distribution systems, oily water - waste oil (OWWO) collection and distribution systems, compressed air distribution systems, natural gas distribution systems, and propane distribution systems. Repairing roads and sidewalks, valves, control valves, relief valves, strainers, piping accessories, pumps, motors, manholes, wet wells, controls, and structural and pipe supports, including all related appurtenances and incidental work. Work shall also include sustainability efforts to minimize environmental impacts.
The Contractor shall provide all labor, materials, equipment, tools, transportation, supervision, safety, safety measures including gas free certification for all confined spaces, surveys, scoping, layout work, testing, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work.
In accordance with DFARS 236.204(ii), the total estimated magnitude of construction for this contract (base period plus option years) is between $100,000,000 and $250,000,000.
The anticipated award of this contract is September 2025.
The North American Industry Classification System (NAICS) Code for this project is 237110, Water and Sewer Line and Related Structures Construction, and the Small Business Size Standard is $45,000,000.
If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice.
Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration.
If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm’s small business status.
The following information shall be provided:
- Contractor Information: Provide your firm’s contact information including Unique Entity Identifier (UEI) and CAGE Code.
- Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern.
- Construction Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. With the exception of 13 CFR 125.2(g) below, experience of proposed subcontractors will not be considered. Furthermore, the Offeror’s experience as a subcontractor will not be considered.
For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or a renovation, and if the square footage and final construction cost addresses how the project meets the size/scope/complexity requirements.
A relevant 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 and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Recent is defined as having been 100% completed within the last five (5) years prior to the sources sought submission due date.
A relevant project is further defined as:
Size: A final cost of utility systems related work of $100,000 or greater. At least one (1) project must have a final cost of utility systems related work of $750,000 or greater.
Scope: Repair of Utility Systems, Replacement of Utility Systems, or New Installation of Utility Systems
Note: For purposes of demonstrating size and scope, a Utility System is defined as a service (e.g., steam, natural gas, storm water, sanitary sewer, domestic water, saltwater, oily waste/waste oil, hot or chilled water supply, compressed air, fuel oil) for a building and related infrastructure, and stops at a 5-foot (approximate) boundary outside the building. An internal building utility distribution system is not considered relevant to the scope requirement of a Utility System.
Complexity: Relevant projects shall cumulatively demonstrate experience with four of five complexity elements as shown below:
- Underground and Aboveground Utility Piping Systems (e.g., steam, natural gas, storm water, sanitary sewer, domestic water, saltwater, oily waste/waste oil, steam, hot or chilled water supply, compressed air, fuel oil); and
- Building scaffolding, rigging, pavement and excavation work (e.g., piping supports, utility trenches, manholes and tunnels, wet wells, pump stations)
- Heating and Cooling Generating Systems (compressors, dryers, furnaces, boilers, primary pumps, auxiliary equipment, chillers, cooling towers, exhaust fans, heat exchangers, valves, piping, pumps, heaters, etc.)
- By-pass pumping, Cured-in-Place liner installation, sanitary sewer repair coordination of clean-up and disinfection assistance.
- System Testing (all utility systems)
In addition, provide a brief narrative response to discuss the following items:
- Describe your firm’s ability to manage multiple simultaneous projects in the Hampton Roads, VA area locations, including the maximum number of task orders under Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts where your firm is prime contractor. Specify if these task orders were issued under a single contract or multiple contracts.
- Describe your firm’s approach and capabilities to perform emergency repairs.
Note: Each project does not have to demonstrate experience with each element of complexity, but instead projects submitted as a whole shall collectively demonstrate experience with four of the five elements of complexity.
Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period.
For purposes of evaluating capability, the “Offeror” is defined as the prime contractor that demonstrates experience on relevant projects that meet size, scope and complexity.
In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above.
The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. 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 a 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.
Responses are due on 9 April 2025 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Jonathan Castillo at Jonathan.y.castillo.civ@us.navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a "read receipt." Responses received after the deadline or without the required information will not be considered.
Questions or comments regarding this notice may be addressed by email to jonathan.y.castillo.civ@us.navy.mil.