Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
DOCUMENT

Z -- Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ)contract for the Maintenance, Repair, and Replacement of Various Commercial Type Roofing Systems at Naval Station Newport, Newport, RI - Attachment

Notice Date
7/25/2016
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008516R3021
 
Point of Contact
John Bishop 757-341-1982
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION SYNOPSIS ONLY SOLICITATION NUMBER: N40085-16-R-3021 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for a Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for the Maintenance, Repair, and Replacement of Various Commercial Type Roofing Systems at Naval Station Newport, Newport, RI. PROJECT DESCRIPTION: It is the general intention of this solicitation to award an IDIQ contract for the maintenance, repair and replacement of various commercial type roofing systems at the Naval Station Newport, Newport, RI, including its ™ tenant commands and various on and off base locations within a 50 mile radius. This contract will require the ability to manage multiple task orders concurrently across the Public Works Department (PWD) Newport area of responsibility. Where applicable, work will be ordered by pre-priced line items as indicated in the schedule of exhibit line items (ELINS). Work that is not specifically identified in the schedule will be ordered on an ad hoc basis using line items for additional labor, equipment and materials. In such instances, the Contractor will be requested to submit a proposal citing labor hours by trade, material costs and equipment costs based on the pre-priced rates set forth by the Contractor in the bid schedule. All work over $2,000 will be ordered in the form of a task order on Government Form DD1155. Work may not begin prior to the issuance of the DD1155. Completion times for each delivery order will be negotiated and agreed to by all parties prior to issuance of the delivery order. Work under $2,000 shall be ordered via an authorized Government user of a Government Purchase Card (GPC). When receiving GPC orders against the schedule of ELINS, the Contractor shall provide the services at the offered price without any additional mark up or handling fee. Items required to be provided by the Contractor in support of the execution of roofing work shall include, but not be limited to: mobilization, demobilization, property and personnel protection, safety and fall protection, access to the roof and other elevated surfaces including ladders and scaffolds; material delivery, placement and protection; pedestrian and vehicular traffic control devices and barriers. All associated costs of the necessary work in support of roofing repairs and replacement work shall be included in the schedule of ELINS. An exception is equipment rental such as hoists and cranes. This solicitation is being advertised as a HUBZone set aside procurement. This is a source selection procurement requiring both non-price (technical) and price proposals. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. The appropriate Northern American Industry Classification System (NAICS) code for the projects under this IDIQ contract is 238160 “ Roofing Contractors, and the Small Business Size Standard is $15,000,000. A Sources Sought notice was issued on 27 May 2016 to be responded to by 10 June 2016. There were three responses to this source sought. Further market research yielded additional small businesses that were interested in the procurement. In accordance with FAR 19.203(d)(2), agency progress in fulfilling its small business goals shall be considered in determining which socioeconomic program shall be used for an acquisition. Based on agency goals, the procurement will be a HUBZone set-aside. The activity small business office concurs with this decision. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 9 Aug 2016. ALL DOCUMENTS will be in the Adobe Acrobat PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation will be https://www.neco.navy.mil or www.fbo.gov. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM) database (www.sam.gov). Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for Federal contract awards. Questions regarding this notice should be directed to John Bishop at john.p.bishop1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R3021/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R3021_Pre-Solicitation_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3021_Pre-Solicitation_Synopsis.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R3021_Pre-Solicitation_Synopsis.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04194259-W 20160727/160725234931-1ed4dfff3d72765a03200208ae308799 (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.