Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2002 FBO #0083
SOURCES SOUGHT

Y -- 8(a) BOA Program

Notice Date
2/21/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, ROICC Pearl Harbor, 4262 Radford Drive, Honolulu, HI, 96818-3296
 
ZIP Code
96818-3296
 
Solicitation Number
8(a)BOAProgram
 
Archive Date
3/21/2002
 
Point of Contact
Gail Matsumoto, Contracting Officer, Phone (808) 474-8385, Fax (808) 474-3387, - June Turner, Contracting Officer, Phone (808) 474-5401, Fax (808) 474-3387,
 
E-Mail Address
matsumotogn@pwcpearl.navy.mil, turnerje@pwcpearl.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SOURCES SOUGHT: RESTRICTED TO 8(a) FIRMS SERVICED BY THE HAWAII SMALL BUSINESS ADMINISTRATION DISTRICT OFFICE AND OTHER 8(a) PARTICIPANTS WITH BONA-FIDE PLACES OF BUSINESS IN HAWAII. The Resident Officer in Charge of Construction (ROICC), Pearl Harbor is seeking interest from 8(a) program participants serviced by the Hawaii District Office and other 8(a) participants with bona-fide places of business in Hawaii to participate in a Blanket Ordering Agreement (BOA) Program. BOAs are designed to provide enhanced contracting opportunities to qualified firms under the 8(a) program serviced by the U.S. Small Business Administration (SBA) District Office. The BOA is not a contract but a written instrument of understanding negotiated between the Naval Facilities Engineering Command Pacific Division, Resident Officer in Charge of Construction, Pearl Harbor, and the 8(a) firm to facilitate the expeditious acquisition of covered services, if and when ordered. The contractor will receive contract clauses, provisions, certifications, terms and conditions, which will apply to the extent referenced therein and according to the dollar amount of each BOA and shall constitute a separate contract with the issuance of a task order. Annually, the Navy and the Small Business Administration Headquarters will review the continued need for this agreement in light of (a) a usefulness and need for service and (b) the effectiveness of individual contractors. When the Navy has a specific work requirement suitable for accomplishment under the BOA, they will provide written plans and specifications, or in some cases a design concept only, to a chosen few contractors for submission of a proposal. If the parties are able to come to an agreement, a contractual order will be issued and the Contractor will be required to furnish the necessary personnel, material, labor, equipment, supervision and overhead required to perform the work within the specified time allotted in the order, as directed by the Contracting Officer. The BOA Task Orders shall be restricted to the BOA holders serviced by the Hawaii District Office and other 8(a) participants with bona-fide places of business in Hawaii. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the agreement but there is a threshold of not less than $25,000 that can be placed on a Task Order with a maximum of $3,000,000. The Contracting Officer, when awarding on a best value basis, will consider factors such as Past Performance, Technical Qualifications, Management Approach and Price. The Contractor will be required to furnish a Bid Bond with each proposal over $25,000 with Performance and Payment Bonds required on each Task Order. There is no assurance from the BOA of a steady stream of work. Nothing in the BOA is intended to state or imply any agreement by the Navy to place future contracts or orders with the Contractor or to require that the Navy solicit and acquire covered services from the Contractor only. The anticipated construction work requires a diversity of skills suitable to a variety of tasks. The anticipated construction work to be covered under the BOAs include, but is not limited to, new construction, minor construction projects (exterior and interior renovations, alterations, repairs (emergency and routine)), handling of hazardous waste and material, maintenance, mechanical, electrical, heating/air conditioning, painting, paving, earthwork, demolition, installing pipelines, and design assistance (on-site design solution for emergency calls and design/build services for minor construction items). The NAICS Sectors covered under the BOA are for work performed in the NAICS Sectors 233, 234, and 235 for construction. GEOGRAPHICAL AREA OF COVERAGE: The BOA covers military and government installations on the Islands of Hawaii, the Territory of Guam, the Commonwealth of the Northern Mariana Islands, and the U.S. freely-associated island-nations of the Republic of Palau and the Federated States of Micronesia. The agreements will be written for a period of three (3) years with the Government's right to grant extensions for up to two years, with no single extension exceeding one year in accordance with DFARS 216.703(c). The Agreement can only be changed by modification of the agreement itself and not by individual orders issued hereunder. If a firm is exiting from the 8(a) program by the end of each annual review of the agreement, no new orders will be issued to the Contractor and the agreement will be terminated. Termination of the agreement under those circumstances shall not have an affect on any orders previously issued. Either party may cancel the agreement with 30 days written notice to the other party. Any cancellation will not have any effect on previously issued task orders prior to the effective date of cancellation. SOLICITATIONS: The contractor may be required to submit a brief technical proposal or work plan and a list of proposed subcontractors for Navy approval as well as a price proposal. Each solicitation will indicate the detail of pricing and technical information to be provided by the offeror. The Government reserves the right to obtain a more detailed cost breakdown of labor, materials, equipment, overhead and profit at any time. ORDERS: Individual projects will be awarded using the DD Form 1155 and will provide appropriate descriptions, specifications, administrative requirements, pricing terms and completion time. Each order will be considered a separate binding contract. LIMITATION OF ORDERS: The range will be from $25,000 to a maximum of $3,000,000. SUBMITTAL REQUIREMENTS: (1) Provide 8(a) Certification. (2) Registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database. (3) Licensed/Bonded and fully capable to perform construction work under the NAICS Code Series 233, 234, and 235. (4) Provide resumes indicating the qualifications of key personnel of the Design-Build Team, if applicable, to include principals (design and construction), project manager (design and construction), registered professionals for each design discipline (architect, civil engineer, structural engineer, mechanical engineer, electrical engineer, and fire protection engineer), and sustainable design consultant, if being considered for design and/or design-build projects. Provide a narrative that describes the Design-Build Team?s internal communication system used to ensure a successful project, if being considered for design and/or design-build projects. (5) Provide up to three references of completed projects within the last three years for EACH NAICS sector that reflect your firm?s performance and qualifications similar in size and general scope and the possible complexity to which the firm would like to be considered. To register in the DOD CCR database, go to the CCR website at http://www.ccr2000.com/, go to "Start New Registration", and follow the directions for registration. All requirements under the BOA Program will be offered via E-mail or posted on NAVFAC's Electronic Solicitation (E-Sol) website at http://www.esol.navfac.navy.mil for downloading. This will normally be the only method of distributing solicitation documents. All BOA holders are encouraged to visit the E-Sol website frequently for the solicitation documents issued under the BOA Program. All BOA holders shall create an account for each solicitation in which they wish to participate at the website http://www.esol.navfac.navy.mil to ensure that they are notified of updates or amendments to the solicitation as they occur. No other notice of solicitation activity will be provided to interested offerors. BOAs will be processed in the order in which a complete evaluation package is received. BOAs will be used for competitive purposes. Unless you respond to this synopsis or subsequent synopses, which will be issued periodically, you will not be able to participate in this BOA program.
 
Place of Performance
Address: Islands of Hawaii, the Territory of Guam, the Commonwealth of the Northern Mariana Islands, and the U.S. freely-associated island-nations of the Republic of Palau and the Federated States of Micronesia
Zip Code: N/A
Country: United States
 
Record
SN00029273-W 20020223/020221213230 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.