Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
SOLICITATION NOTICE

Y -- Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ),Firm-Fixed Price (FFP) Multiple Award Construction Contract (MACC) NSA Mid-South

Notice Date
3/14/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
32212
 
Solicitation Number
N6945019R0507
 
Archive Date
9/30/2019
 
Point of Contact
904-542-6683
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award a Design-Bid-Build (DBB) Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction projects primarily in the Naval Support Activity (NSA) Mid-South Tennessee area, but may be used throughout the NAVFAC SE area of responsibility (AOR). A sources sought notice for this requirement was posted under solicitation N6945018RTENN on April 25, 2018 requesting 8(a) small business industry interest and capability statement. A second sources sought notice was posted under solicitation N6945018MDSTH on September 13, 2018 requesting small business industry and capability statement. Based on the responses from both notices, it was determined that the requirement should be issued as a total small business set-aside. The NAVFAC SE Small Business Office concurs with this determination. The Request for Proposal (RFP) will be issued as a total small business set-aside. All responsible small businesses with the specialized experience and qualifications required by the solicitation may submit a proposal to be considered by the agency. The NAICS code for this IDIQ FFP MACC solicitation is 236220 with a size standard of $36,500,000. This solicitation will result in the award of up to (5) DBB IDIQ FFP MACCs, unless a number more than five (5) is determined to be in the best interest of the Government. The total aggregate value for all contracts to be awarded from any resultant solicitation is not-to-exceed (NTE) $45,000,000 over a five year ordering period. There is no yearly or per contractor limit except for the total five (5) year maximum. Task orders will be firm-fixed-priced, normally in the range of $150,000 to $6,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest. Construction projects to be performed will primarily consist of general building type projects, (new construction, renovations, alterations, demolition, roofing, repair work) including industrial, infrastructure, administrative, training, dormitory and community support facilities. The source selection method to be used is a best value continuum process in a negotiated acquisition utilizing the trade-off approach. Formal source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. Offerors will be required to submit non-cost/price and price proposals for a seed project. Offerors who fail to submit non-cost/price and price proposals for the seed project will not be considered for a MACC award. The offeror with the best value proposal for the seed project will be awarded a MACC and a task order for the seed project. The remaining four (4) selected offerors, will be awarded MACCs and a task order with a $1,000 minimum guarantee. This will be an electronic solicitation, which can be downloaded from FedBizOpps at https://www.fbo.gov. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. A Pre-Proposal Conference and Site Visit will be held at NSA Mid-South, (exact date and time will be specified in the solicitation). Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). Offerors are responsible for checking the FedBizOpps website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/47d8c5e129a468af05b510ac28114a47)
 
Record
SN05249642-F 20190316/190314230016 (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.