Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 05/06/2025
Response Date: 05/21/2025
Archive Date: 06/05/2025
More Opportunities
Solicitation Number:
N62743-25-R-2675
Primary NAICS:
238210 - Electrical Contractors and Other Wiring Installation Contractors
Notice Type:
Sources Sought
Location:
Not Provided
Set Aside:
Not Provided
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), JOB ORDER CONTRACT (JOC) UNDER North American Industry Classification System (NAICS) CODE 238210 FOR ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED WITHIN VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE METRO SAN DIEGO AREA (NAVAL BASES CORONADO, POINT LOMA, AND SAN DIEGO, AND MCAS MIRAMAR), SAN DIEGO, CA, AREAS OF RESPONSIBILITY (AOR) AND OTHER LOCATIONS AS APPROVED
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Business, SBA certified HUBZone Small Business, Women Owned Small Business (WOSB), and/or Service Disabled Veteran Owned Small Business (SDVOSB).
This Sources Sought Synopsis is one facet in the Government’s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.
No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research.
NAVFAC Southwest is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Women Owned Small Business, and/or Service Disabled Veteran Owned Small Business sources with current and relevant experience, personnel, and capability to perform new construction, repair, and renovation of electrical projects under NAICS 238210 at various Government facilities within the Metro San Diego, California, NAVFAC SW AORs and other locations as approved.
The North American Industry Classification System (NAICS) Code is 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a Small Business Size Standard of $19 million.
The proposed contract(s) will be for a base performance period of two (2) years and one (1) three-year option period, resulting in a contract performance period maximum of five (5) years. The estimated total contract price for the base and option periods combined is $40,000,000. Task order range is estimated between $2,000 and $1,500,000.
Interested sources are invited to respond to this sources sought announcement via email with the following information:
1) Contractor Information: Provide your firm’s contact information, including Unique Entity ID (generated by SAM.gov) and CAGE Code. NOTE: SAM registrations are taking much longer for approval. This is especially true for newly formed Joint Ventures. Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal.
2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov.
3) Bonding Capacity: Provide your surety’s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.
4) Locations: Identify the locations in which you are willing and capable to work.
Any procurement which results from this market research, may include a geographical restriction, which requires potential contractors to provide a verifiable address of an established physical office within a 150 miles / 3 hour radius of the installations.
5) Experience: Submit a minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has performed as the prime contractor to demonstrate your experience in new construction, repair, and renovation of electrical projects as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. “Recent” is defined as having been 100% completed within the five years prior to the submission due date. All projects shall have a minimum construction cost of $100,000. Projects which do not meet these requirements may not be considered relevant.
Utilize the attached Construction Sources Sought Information Form, for each of the projects submitted for experience evaluation, provide the following:
6) Safety: OSHA Days Away from Work, Restricted Duty, or Transfer (DART) Rate, and Total Recordable Case (TRC) Rate for each of calendar years 2022, 2023, and 2024. For any DART rate above 3.0, or any TRC above 4.5 provide an explanation to address the reasons for the rate and extenuating circumstances that affected the rate. Instructions for calculating the DART rate can be found at http://www.bls.gov/iif/osheval.htm.
In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation.
Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on
May 21, 2025. Please address your response to Naval Facilities Engineering Systems Command Southwest via email ONLY to Billie Crockett at billie.p.crockett.civ@us.navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the website at https://sam.gov/ and begin with “N62473.”
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.