Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2025 SAM #8787
SOURCES SOUGHT

Z -- MINOR GENERAL CONSTRUCTION MACC AT NSA CRANE AND GLENDORA TEST FACILITY

Notice Date
12/15/2025 11:27:46 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008526R0036
 
Response Due
12/30/2025 11:00:00 AM
 
Archive Date
01/14/2026
 
Point of Contact
Emily Grisson, Phone: 757-341-1283, Catharine Keeling, Phone: 7573410150
 
E-Mail Address
emily.a.grissom.civ@us.navy.mil, catharine.a.keeling.civ@us.navy.mil
(emily.a.grissom.civ@us.navy.mil, catharine.a.keeling.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. 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 Command (NAVFAC), Mid-Atlantic is seeking eligible Small Business firms capable of performing minor construction services for Naval Support Activity (NSA) Crane located in Crane, Indiana and the Glendora Test Facility located in Sullivan, Indiana. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic and NAVFAC Atlantic if deemed necessary and approved by the NAVFAC Mid-Atlantic Chief of the Contracting Office. All HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses, 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. This contract(s) will require the ability to manage multiple task orders concurrently across NSA Crane and the Glendora Test Facility. There is a possibility that projects at remote Military Reserve Centers up to 250 miles from NSA Crane may be offered, however, a vast majority of the work will be performed at NSA Crane. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, demolition, repair, replacement, modification, new construction, and renovation of buildings, systems and infrastructure for various facilities. Types of facilities may include, but are not limited to, administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, roads, etc. Work with specialty trades includes Mechanical/Electrical/Plumbing (MEP) systems including Heating Ventilating and Air Conditioning (HVAC) systems, boilers, high pressure steam distribution, electrical distribution, motors, generators, potable water distribution, sanitary sewer, storm water control, communications, and removal and disposal of asbestos or lead contaminated materials will also be required. Work in explosive facilities will be required. Smaller projects will be issued as statements of work with limited or no design required. Larger projects will be issued primarily as fully designed but some projects may be partially designed and have requirements for the contractor to provide design services for one or more disciplines. The selected Contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. Note: NSA Crane is located approximately 85 miles southwest of Indianapolis, Indiana, 100 miles northwest of Louisville, Kentucky, and 75 miles north of Evansville, Indiana. Due to the remote location, interested contractors are advised that the number of local subcontractors and suppliers is limited. It is anticipated approximately five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five (5) year (base and four (4) one-year options) estimated construction cost for all contracts will not exceed $60,000,000.00 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $2,000.00 to $600,000.00; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $500,000.00 and an aggregate bonding capacity of $5,000,000.00 per year. The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction with a Small Business Size Standard is $45,000,000. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting, which limits the amount of work performed by subcontractors. Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. It is requested that interested small businesses respond to this Sources Sought Announcement by using the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. These forms are required. Information not provided may prohibit your firm from consideration. The Sources Sought Project Information Form shall be used to document a minimum of three (3) and a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate your experience on relevant projects that are similar in size, scope and complexity to the projects proposed for this MACC. A relevant project is further defined as: Size: A final construction cost between $30,000.00 and $600,000.00. At least one (1) project must have a final construction cost of at least $250,000. Scope/Complexity: A relevant project is further defined as demonstrating the capability to perform general construction or building renovations with a diverse range of construction tasks: New installation/construction of commercial and industrial buildings and related structures Replacement of commercial and industrial buildings and related structures Interior/exterior alteration or renovation of a building that includes repairs to multiple building systems and infrastructures Note: The Offeror�s proposal shall, cumulatively, demonstrate experience with all of the types of work listed under �Scope� and �Complexity.� All elements do not have to be completed under one project. Offerors should attempt to identify which element(s) of work are addressed in each submitted project. Projects submitted for the Offeror shall have been completed within the past five (5) years of the date of issuance of this notice. Additionally, submitted relevant projects shall demonstrate the following characteristics: Experience with both new building construction (at least one (1) project) and renovation (at least one (1) project) Experience with DB projects (at least one (1) project) Note: Projects submitted that only include horizontal or civil site work will not be considered. Ensure that the project description clearly identifies whether or not the project is new construction or renovation, the final construction cost, and addresses how the project meets the scope/complexity requirements. 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 Capabilities Statement for this Sources Sought Notice 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. 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. 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. Responses are due on 30 December 2025 by 2:00pm EST. The submission package shall ONLY be submitted electronically to Emily.a.grissm.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 Emily.a.grissom.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/13621ea8213746ec90647f181eefafac/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN07666750-F 20251217/251215230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.