MODIFICATION
Z -- HUBZone Design Build Multiple Award Construction Contract, Various Locations, Guam
- Notice Date
- 7/10/2020 2:46:21 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
- ZIP Code
- 96540-2937
- Solicitation Number
- N4019220R2700
- Response Due
- 8/10/2020 11:30:00 PM
- Archive Date
- 08/26/2020
- Point of Contact
- Teresa F. Aguon, Phone: 6713333171, Doris R. Castro, Phone: 6713398465
- E-Mail Address
-
teresa.aguon@fe.navy.mil, doris.castro@fe.navy.mil
(teresa.aguon@fe.navy.mil, doris.castro@fe.navy.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- Phase One of Solicitation N40192-20-R-2700 is hereby issued on 10 July 2020. This is a Historically Underutilized Business Zone (HUBZone) set-aside source selection procurement.� This procurement consists of one solicitation with the intent to award 10 indefinite delivery indefinite quantity design build multiple award construction contracts.� The work (task orders) will generally provide all design, labor, transportation, equipment, materials, tools, supplies, engineering, supervision, and administration services needed to complete the scope of work.� Occasionally, work may be required at federal or military facilities and installations in the Northern Mariana Islands and the outlying Pacific islands.� The solicitation uses Two-Phase Design-Build Selection Procedures which require offerors to submit past performance and experience information in Phase One and a technical and price proposal in Phase Two for evaluation by the Government.� Phase One will select the most highly qualified Offerors to submit Phase Two proposals.� The NAICS code is 236220 Commercial and Institutional Building Construction, and the annual size standard is $39.5 million.� The contract term will be eight years.� The maximum aggregate dollar value for all awarded contracts and all years is $400 million.� Each resulting contract will include a task order in the amount of $25,000 as a minimum guarantee for the first 12 months only.� A seed project will be issued with Phase Two of the solicitation.� Pricing of the seed project will be used to evaluate the reasonableness of proposed pricing in order to make best value determinations.� Award will be made to the responsible Offerors whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered.� After award of the initial contracts, the awardees will compete for task orders based on either tradeoffs or lowest price technically acceptable to the Government.� Task order range is $250,000 to $10 million.� The proposed contract listed here is 100 percent HUBZone set-aside.� The Government will only accept offers from certified HUBZone business concerns.� The Government does not intend to use Federal Acquisition Regulation Part 12 for this acquisition.� Offerors can view and download the solicitation at Contract Opportunities on https://beta.SAM.gov.� Inquiries regarding this Request for Proposal (RFP) shall be submitted electronically no less than 10 days before the proposal receipt date using the Request for Information (RFI) form provided as Attachment 1 in this solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ba3e97c0e9ee4e91a87b80f5d6949443/view)
- Place of Performance
- Address: GU, USA
- Country: USA
- Country: USA
- Record
- SN05717285-F 20200712/200710230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |