Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

Y -- IDIQ MULTIPLE AWARD GLOBAL CONTINGENCY CONSTRUCTION CONTRACT NAVFAC AREA OF RESPONSIBILITY AND WORLDWIDE

Notice Date
12/21/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247017R6016
 
Response Due
1/10/2018
 
Archive Date
2/9/2018
 
Point of Contact
Linda Stein 757-322-4489 Linda Stein, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Code Y1, Construction of structures and facilities NAVFAC Atlantic, Special Programs Acquisition Branch, NAVFAC Atlantic, 6506 Hampton Blvd. Norfolk, VA 23508 On or about January 10, 2018, Naval Facilities Engineering Command, Norfolk, VA intends to issue a Request for Proposal (RFP) for a Global Contingency Construction Contract. The closing date for receipt of proposals will be indicated on the solicitation. The solicitation will be unrestricted. The North American Industry Classification System (NAICS) is 236220, Commercial and Institutional Building Construction with a Size Standard of $36,500,000 as work for task orders issued under resultant contracts will primarily lie within this NAICS Code. Task orders may also include work under other Construction Sector NAICS Codes (e.g. 237310 Highway, Street, and Bridge Construction and 237990 Other Heavy and Civil Engineering Construction). The Government intends to award an Indefinite Delivery Indefinite Quantity - Multiple Award Contract (GCC-MAC) with provisions to issue Cost Plus Award Fee and Firm-Fixed Price task orders. The Government may award this contract to more than one contractor. The Government intends to award approximately four (4) contracts as a result of this solicitation. Each contract will be for a base year and four (4) one-year option periods. The total maximum value for the GCC-MAC is Not to Exceed $500 million (base year and four option years), including all contracts awarded under the RFP. The minimum guarantee for each contract is $25,000. Future Task Orders will be competed among the awardees. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. If the Government does not award a follow-on contract in time, the Government may require Contractors to continue performance for an additional period up to six months under the Option to Extend Services. This contract will replace the current contract for similar services awarded in June 2013. The total maximum value of the current contract is $800 million over the 5 year life of the contract. Information about the current contract and incumbent contractors (e.g. value of contracts, firm ™s names, addresses, etc) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The solicitation will utilize source selection procedures in accordance with FAR part 15, (Best Value/Tradeoff process), which require offerors to submit a technical proposal and a cost proposal for evaluation by the Government. The work includes but is not limited to providing supervision, equipment, materials, labor, travel and all means necessary to provide the Navy, the Navy on behalf of DOD, and the Navy on behalf of other Federal agencies when authorized, an immediate response for civilian construction contract capability. Construction and related engineering and services would be in response to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics, and other urgent requirements. This includes occasional projects to ensure readiness to perform under emergency situations. The scope includes the capability to provide general mobilization services (embarkation) for personnel, equipment and material in support of Naval Construction Forces (NCF) mobilization and similar mobilization efforts. The work also includes the capability to set up and operate a Material Liaison Office (MLO) at a deployed site in support of NCF operations. The Contractor may be tasked to participate in military exercises. Work will be predominately construction. The Contractor, on a limited basis and incidental to construction services, may be required to provide Base Operating Support (BOS) Services such as: Air Operations; Port Operations; Morale, Welfare and Recreation Support; Galley; Billeting; Facilities Support; Utilities; Base Support Vehicles and Equipment; and Environmental services. These services are primarily anticipated in support of facilities overseas, but may also be ordered for work in the United States in support of disaster recovery efforts and other contingency operations. Applicable labor requirements and clauses will be incorporated by individual task order, as necessary, for work performed in the United States. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total cost; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. Proposers are advised an award may be made without discussion or any contact concerning the proposals received. Proposers should not assume they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact proposers to clarify aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary. If discussions are conducted proposers in the competitive range may be afforded the opportunity to revise their proposals. The Government may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. When issued, the solicitation will be available in electronic media only and can be downloaded free of charge via the Internet World Wide Web at https://www.neco.navy.mil or http://www.fbo.gov under pre-solicitation notice N62470-17-R-6016. There will be no paper copies of the solicitation issued. Amendments will be posted on NECO website for downloading. This will be the only method of distribution; therefore, it is the Offeror ™s responsibility to check the website periodically for any amendments to the solicitation. Offerors must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 in order to participate in this procurement. All questions concerning this solicitation shall be addressed to: Linda Stein by telephone at 757-322-4489 or by email at linda.stein@navy.mil. Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code ACQ35 6506 Hampton Blvd. Bldg A, Norfolk, VA, 23508-1278 Place of Performance: Various Locations, Worldwide Point of Contact(s): Linda Stein, Contract Specialist, Phone 757-322-4489, Fax 757 322-4166, Email: linda.stein@navy.mil Stuart Wirth, Contracting Officer, Phone 757-322-4070, Fax 757-322-4166, Email: sally.wirth@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247017R6016/listing.html)
 
Place of Performance
Address: Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code ACQ35 6506 Hampton Blvd. Bldg A,
Zip Code: , Norfolk, VA
 
Record
SN04774685-W 20171223/171221232007-fdb36fb2d83fd2b5fcec35ee6e5fc600 (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.