Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOLICITATION NOTICE

Y -- IDIQ 8(a)MACC Norfolk Naval Shipyard, Naval Support Activity and Naval Medical Center Portsmouth, Virginia

Notice Date
10/11/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008518R1108
 
Point of Contact
Vivienne Moore 757-341-1967 Vivienne Moore
 
E-Mail Address
1-1967
 
Small Business Set-Aside
Competitive 8(a)
 
Description
PRE-SOLICITATION NOTICE This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an 8(a) set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the Mid-Atlantic region of the United States, primarily in support of Norfolk Naval Shipyard, Naval Support Activity and Naval Medical Center Portsmouth, located in the Hampton Roads area, Virginia. Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either design-bid-build or design-build. General construction of DB and DBB projects include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc. in support of Norfolk Naval Shipyard, Naval Support Activity and Naval Medical Center Portsmouth managed by NAVFAC Mid-Atlantic. The Hampton Roads IPT ™s area of responsibility consists of installations in Chesapeake, Hampton, Newport News, Norfolk, Portsmouth, Suffolk, Virginia Beach, and Yorktown. Work may be required in other areas of responsibility of NAVFAC Mid-Atlantic if deemed necessary and approved by the NAVFAC Mid-Atlantic Chief of the Contracting Office. The Government intends to award no more than five (5) contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value after evaluation in accordance with the factors in the solicitation. The proposed contract is limited to certified 8(a) firms. Offerors must be 8(a) firms serviced by the SBA, Richmond district office in the state of Virginia or be an 8(a) firm that has an approved bona fide office within the Richmond district office servicing area in the state of Virginia. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $150,000 and $7,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The Government guarantees an award amount of $5,000.00 to each successful offeror over the full term of the contract, including option years. This contracting tool is a new requirement. The initial seed project, yet to be determined is estimated between $1,000,000 and $5,000,000. The NAICS Code is 236220; $36.5M Competition Requirements: 8(a) Set-Aside Procurement Method: Contracting by Negotiation Source Selection Process: Best Value, Tradeoff Type of Contract: Firm Fixed Price, IDIQ Offerors will be required to submit a bid bond in the amount of 20% of total project bid price for the seed project or $3M, whichever amount is less. In addition, the offeror shall provide a letter from its bonding company confirming that it has a single award bonding capacity of at least $10M and the ability to bond multiple projects. The Request for Proposal (RFP) will be issued on or about November 2017. The solicitation will be listed as N40085-18-R-1108 on the Navy Electronic Commerce Online website (NECO). A Vendor User Guide is available for download at the site, as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure you register with the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Vivienne Moore, Phone: (757) 341-1967, Email: vivienne.moore@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R1108/listing.html)
 
Record
SN04710971-W 20171013/171011231149-e9a3dff5275dfa0ed2cf2ce9b6e7518b (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.