The document outlines the "Sources Sought – Contractor Information Form" for General Construction Projects at Naval Air Station Lemoore, CA. It serves as a request for potential contractors to submit their business information, capabilities, and relevant project experience for consideration in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) framework. Contractors are required to provide details such as their bonding capacity, types of work offered, and the ability to perform in specified locations.
The form includes sections for contractor identity, business type designations (e.g., SBA certified small business categories), bonding specifics, and a detailed format for presenting past project experience. Each contractor can submit up to five projects, including information like project title, location, completion data, and the nature of previous work (e.g., new construction or renovation). Additionally, contractors must clarify their role as either prime or subcontractor and provide project accomplishment percentages.
This process aims to identify qualified contractors for forthcoming construction projects at the naval station, ensuring compliance with federal regulations while promoting accessibility for various business types, including small and veteran-owned enterprises.
The document is a Sources Sought Synopsis issued by the Naval Facilities Engineering Command (NAVFAC) Southwest, aiming to identify potential small business contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on general construction projects at various government facilities near Naval Air Station Lemoore, California. The purpose is to gather information for market research to determine if the solicitation will be competitive and potentially set aside for qualified small businesses, including those certified under the SBA 8(a), HUBZone, EDWOSB, and SDVOSB programs.
Interested businesses are invited to submit information regarding their qualifications, bonding capacity, and relevant experience with recent projects. The contracts will last for up to five years, with an estimated total value of $15 million, and task order ranges between $2,000 and $1,000,000. Specific requirements for responses include the contractor’s information, type of business classification, project experiences, and safety record metrics. Responses are due by 2:00 p.m. on September 26, 2024, and submissions are to be made via email to the designated contact at NAVFAC. This synopsis serves as a preliminary step before a formal Request for Proposal (RFP) is issued.