Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOLICITATION NOTICE

Y -- IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION AND REPAIR OF DRY UTILITIES PROJECTS WITHIN THE NAVFAC SOUTHWEST AOR INCLUDING BUT NOT LIMITED TO CA, AZ, NV, UT, CO and NM

Notice Date
9/29/2014
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
1220 Pacific Highway San Diego, CA 92132
 
ZIP Code
92132
 
Solicitation Number
N6247314R0050
 
Response Due
10/31/2014
 
Archive Date
10/31/2014
 
Point of Contact
Jennifer Iribe 619-532-1636 Deo Solis
 
E-Mail Address
cias.solis@navy.mil<br
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised as a set-aside for Small Business (FAR 52.219-6) concerns. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction and repair, primarily by design-build or secondarily by design-bid-build, of dry utilities projects at various locations within the NAVFAC Southwest area of responsibility (AOR) including but not limited to California, Arizona, Nevada, Utah, Colorado, and New Mexico. Types of dry utilities projects may include, but are not limited to: electrical distribution systems, exterior lighting systems, airfield lighting systems, and communications and security systems, grounding systems, and other related work. The North American Industry Classification System (NAICS) code is 237130, and the annual size standard is $36.5 million. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $99,000,000. Task orders will range between $300,000 and $20,000,000. Task orders may fall 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 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; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, and Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution, Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held, and no formal pre-proposal conference will be conducted. THE SOLICITATION AND PRE-PROPOSAL PRESENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP and pre-proposal presentation will be posted on the Navy Electronic Commerce Online website at https://neco.navy.mil on or about October 17, 2014. No hard copies will be provided. The pre-proposal presentation will be uploaded for viewing as an attachment to the RFP. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND/OR CLARIFICATIONS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. The market research sources sought notice for this procurement was N62473-14-R-DRYU and the NAVFAC Southwest Small Business Director concurs with the decision to solicit this action as a 100% small business set-aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247314R0050/listing.html)
 
Place of Performance
Address: N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN03535749-W 20141001/140930022420-a4b4c574a767faa8a75648f03a44331f (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.