Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACT FOR FENCING CONSTRUCTION SERVICES, MARINE CORPS BASE (MCB) CAMP PENDLETON, AND NAVAL WEAPONS STATION (NWS), FALLBROOK ANNEX, CA

Notice Date
11/20/2012
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAMP PENDLETON ROICC/CODE ROPCN MARINE CORPS BASE CAMP PENDLETON PO Box 555229/Building 22101 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
N6247313R0601
 
Response Due
1/17/2013
 
Archive Date
2/19/2013
 
Point of Contact
Sarah Chambers 760-725-9959 Linda Birnie
 
Small Business Set-Aside
HUBZone
 
Description
This is a competitive procurement for Historically Underutilized Business Zone (HUBZone) for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Construction contract for installation and repair of chain link fences, barbed wire fences, chain link gates, pipe gates, post and cable fencing, and other types of fencing with incidental evacuation, backfilling, clearing, pruning, grubbing, and general restoration at various locations aboard Marine Corps Base, Camp Pendleton and Naval Ordnance Center (NOC), Fallbrook, California. This acquisition is being restricted to qualified HUBZone firms. In order to qualify a HUBZone firm must be on the List of Qualified HUBZone Small Business Concerns listed on the Small Business Administration ™s (SBA) website at http://www.sba.gov/hubzone. Furthermore, all HUBZone firms must be currently registered in the System for Award Management (SAM) database and in good standing as a HUBZone program participant at the time proposals are due, as well as at the time of contract award. This is a fixed price IDIQ pre-solicitation notice for labor, material, equipment, transportation and supervision to perform the miscellaneous repair and/or removal of existing fencing or the installation of new chain link fence, 5 strand barbed wire fence, chain link gates, pipe gates and any other incidental related work. Chain link will vary in height from 3 ™ high to 12 ™ high. Projects shall cover all work related to chain link fence type enclosures and barriers to include but not limited to ball field backstops, tennis courts and basketball courts and related materials within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of twelve (12) months and four (4) one-year option periods, for a maximum total maximum period of (five) 5 years. The North American Industry Classification System (NAICS) Code for this acquisition is 238990, All Other Specialty Trade Contractors (Fence/Fencing Installation) with a corresponding small business size standard of $14 million. The estimated maximum dollar value of this procurement, including the base year and all options is $8,000,000. Task Orders awarded from this contract will range between $2,000 and $250,000. Task Orders may fluctuate below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. There is a minimum guarantee of $5,000 during the performance period of the contract. This acquisition will utilize the best value source selection process with the intent to award one (1) IDIQ contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award with further discussions if appropriate. Selection for award will be based on evaluation of the following: Factor 1 “ Management Approach and Capabilities of the Offeror; Factor 2 “ Experience of the Offeror and Offeror ™s Team; Factor 3 “ Past Performance; Factor 4 “ Safety; Factor 5 “ Price. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted to the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov/ on or about December 17, 2012. No CDs or hard copies will be provided. IT IS THE CONTRACTOR ™S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the aforementioned websites. Plan holders lists will not be faxed and will be available only at the FEDBIZOPPS Internet website address listed above. Receipt of proposals will be due on or about January 17, 2013. In accordance with FAR 52.204-99 (DEVIATION), System for Award Management Registration (August 2012), prospective offerors must be registered in the System for Award Management (SAM) database prior to award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. A pre-proposal conference will be held approximately two weeks after the issuance of the RFP. Further information regarding the pre-proposal conference will be posted to NECO at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N6247313R0601/listing.html)
 
Place of Performance
Address: MARINE CORPS BASE CAMP PENDLETON AND NAVAL WEAPONS STATION (NWS), FALLBROOK ANNEX, Oceanside, CA
Zip Code: 92055
 
Record
SN02934831-W 20121122/121120234816-0ae240337cff594ccc4156b25456b81d (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.