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 MACC 8(a) SET-ASIDE FOR NEW CONSTR, RENOV, and REPAIR OF GENERAL BLDG CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, and NM

Notice Date
10/11/2017
 
Notice Type
Presolicitation
 
NAICS
#236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RAQ20 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247318R5816
 
Response Due
11/28/2017
 
Archive Date
12/13/2017
 
Point of Contact
Lisa Crawford 619-532-1261 lisa.crawford@navy.mil
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This procurement is for a multiple award construction contract (MACC) and is restricted to 8(a) firms with a bona fide place of business with respective jurisdictions of the SBA District Offices in California, Arizona, Nevada, Utah, Colorado, and New Mexico. 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 proposers 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, renovation, and repair, primarily by design-build or secondarily by design-bid-build, of general building construction projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. Types of projects may include, but are not limited to: Types of projects may include, but are not limited to: office buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, hangars, laboratories, and parking structures.. The North American Industry Classification System (NAICS) code is 236220, 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 $249,000,000. Task orders will range between $100,000 and $5,000,000. 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; Phase Two: Factor 4 - Safety; Factor 5 - Technical Solution, Factor 6 “ Energy and Sustainable Design, and Factor 7 - 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 pre-proposal conference will be conducted. THE SOLICITATION AND ASSOCIATED DOCUMENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and on the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about October 26, 2017. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS 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 address listed above. A sources sought notice was posted on NECO and FBO, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as an 8(a) set-aside. The U. S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247318R5816/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, Building 127, San Diego, CA
Zip Code: 92132
 
Record
SN04711036-W 20171013/171011231217-4ee054b4d07893a1a028ec5ef4a1b901 (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.