Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
MODIFICATION

Y -- 8(a) Basic Ordering Agreement (BOA) for San Diego, Los Angeles, Santa Ana, CA, and Phoenix, AZ Districts

Notice Date
1/18/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N62473-06-R-BOA
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
Point of Contact
Vickie Ball, Lead Contract Specialist, Phone 6195321536, Fax 6195324789,
 
E-Mail Address
Vickie.Ball@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The Naval Facilities Engineering Command Southwest is extending the current 8(a) Basic Ordering Agreement (BOA) from 25 April 2006 to 24 April 2007 and is seeking Small Business Administration (SBA) certified 8(a) "Developmental Stage" (first four years of the 8(a) program) construction firms with a bona fide place of business in one of four SBA Districts (San Diego, Santa Ana, Los Angeles, California and Phoenix, Arizona) to participate in this BOA program. CURRENT BOA HOLDERS DO NOT NEED TO REAPPLY FOR THIS ANNOUNCEMENT. The Navy is targeting the issuance of an indeterminate number of BOAs. The estimated period of performance for the BOA will be one year with the government reserving the right to exercise options up to three additional years, with no single option exceeding one year, in accordance with DFARS 216.703(c). The purpose of the BOA is to enhance contracting opportunities to qualified 8(a) Developmental Stage construction firms that are located in one of the four specified SBA Districts. The BOA is not a contract, but a written instrument of understanding negotiated between the Naval Facilities Engineering Command Southwest and the 8(a) firm to facilitate the expeditious acquisition of covered services, if and when ordered. The BOA provides a framework of contract clauses, provisions, certifications, terms and conditions which will apply, to the extent referenced therein and according to the dollar amount of each order, to any firm order for services issued pursuant to the agreement. Each order issued under this BOA shall constitute a separate contract. Under the BOA, firms with an applicable NAICS code compete on task orders for requirements within the designated SBA District where the work is to be performed. If adequate competition cannot be obtained within the designated SBA District, the Government reserves the right to open the area of competition to include BOA holders in adjacent districts. The anticipated types of construction may include emergency repairs (broken and leaking water lines, roof leaks, HVAC, and other mechanical projects), minor construction projects (exterior and interior renovations, demolition, painting, and installing pipelines), and design assistance (on-site design solution for emergency calls and design/build services for minor construction items). Only NAICS code sectors 236, 237 and 238 are eligible to participate on this BOA. Each firm will identify their primary NAICS and a secondary NAICS (if applicable). There is no guaranteed minimum dollar amount or volume of work that will be ordered under the agreement, however there is a maximum dollar amount of $3,000,000 per firm over the life of the agreement. Individual task orders will range between $2,000 and $500,000. The Contractor will be required to furnish a Bid Bond or Surety letter (as applicable) with each proposal over $25,000 with Performance and Payment Bonds required on each Task Order. Annually the Navy and the SBA will review the continued need for this agreement in light of a) usefulness and need for service and b) the effectiveness of individual contractors. The Contracting Officer will open /advertise the BOA program for new entrants once a year. Options will not be exercised for firms that do not continue to meet all BOA requirements and will be removed accordingly. No new orders will be issued to the Contractor and this agreement will terminate. Termination of the BOA under these circumstances shall have no effect on any orders previously issued. The BOA can only be changed by modification of the agreement itself and not by individual orders issued hereunder. Modification of the BOA shall not retroactively affect orders issued prior to the time of the modification. This agreement may be cancelled by either party by mailing or otherwise transmitting 30 days prior written notice to the other party. Any such cancellation shall have no effect on any orders issued prior to the effective date of the cancellation, which shall be 30 days from the date of mailing or otherwise transmitting the written notice of cancellation. Prior to the effective date of cancellation, the Navy may continue to place orders under the BOA. Firms that demonstrate that they meet the following qualifications will receive a BOA. Upon submission of the following information, the Government will review the documents and the firm will be determined to be either eligible or ineligible. To qualify for receipt of a BOA, each firm must meet all the following criteria: (1) Be a certified 8(a) developmental stage participant (Joint Venture/Mentor Protege firms are not allowed) prior to the submission date of 09 March 2006; have a bona fide place of business in one of four SBA Districts (San Diego, Santa Ana, Los Angeles, CA and Phoenix, AZ); (2) Be registered in the DoD Central Contractor Registration (CCR) database http://www.ccr.gov/, including the new SBA Dynamic Small Business Listing; Online Representations and Certifications Application (ORCA) http://www.bpn.gov; and VETS-100 http://vets100.cudenver.edu/ (if not applicable, provide statement that the firm has not had contracts subject to this requirement); (3) Be licensed/bonded and fully capable to perform construction work within a range of $2,000 - $500,000; and (4) Demonstrate technical experience/past performance (including safety) of similar size, general scope, and complexity of construction project(s) under NAICS sectors 236, 237, and/or 238 within the last three years. TO BE CONSIDERED, INTERESTED FIRMS MUST DOWNLOAD AND USE THE CHECKLIST FROM THIS WEBSITE TO ENSURE ALL INFORMATION IS PROVIDED. Please submit your package to NAVFAC Southwest, Attn: Dale English, Code RAQ20.DE, 1220 Pacific Highway, Building 127, San Diego, CA 92132, or via e-mail to dale.english@navy.mil not later than 2:00 PM Pacific Time Zone on 09 March 2006. EARLY SUBMISSIONS ARE ENCOURAGED. Late submissions will not be considered. It is the offeror's responsibility to check the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil/ for any revisions to this announcement or other notices.
 
Place of Performance
Address: California and Arizona
 
Record
SN00968352-W 20060120/060118212556 (fbodaily.com)
 
Source
FedBizOpps 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.