Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2017 FBO #5796
SOLICITATION NOTICE

Z -- IDIQ MACC 8(a) SET-ASIDE UNDER NAICS 236220 FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF GENERAL BUILDING CONSTRUCTION, NAVAL BASE SAN DIEGO (NBSD) AREA OF RESPONSIBILITY

Notice Date
10/4/2017
 
Notice Type
Presolicitation
 
NAICS
#236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, SAN DIEGO FEAD/CODE ROPMD Naval Base San Diego 2730 McKean Avenue/Building 121 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247317R1413
 
Response Due
12/6/2017
 
Archive Date
12/21/2017
 
Point of Contact
BRAD CRAWFORD 619-556-6517
 
E-Mail Address
Contract Specialist
(bradley.crawford@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised as a 100% 8(a) set-aside. This procurement uses two-phase design-build best value source selection procedures and consists of one solicitation covering both phases with the intent to award three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible Offerors 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. This acquisition is being restricted to qualified 8(a) firms within the geographical area serviced by the San Diego District Office and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. In order to qualify as an 8(a) contractor, companies must meet the requirements and steps listed at the SBA ™s webpage at http://www.sba.gov/content/8a-requirements-overview having current registration in the System for Award Management (SAM) database and uploading / categorizing all required documents in the 8(a) program repository through the SBA ™s General Login System (GLS) at https://eweb.sba.gov/gls. This is a FFP/IDIQ pre-solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of twelve (12) months and four (4) one-year option periods, for a maximum total maximum period of three (3) years. The North American Industry Classification System (NAICS) Code for this acquisition is 236220 - COMMERICAL AND INSTITUTIONAL BUILDNG CONSTRUCTION with a corresponding small business size standard of $36.5 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $45,000,000. The only work authorized under this contract is work ordered by the Government through the 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. Task order range will be $500,000 to $4,000,000. A seed project (Proposed Task Order 0001) is expected to be awarded as a result of this solicitation; however, the Government reserves the right not to issue a Task Order and/or to issue a Task Order for the $5,000 minimum guarantee in lieu of the Planned Task Order (PTO) 0001, if it ™s determined to be in the best interests of the Government. This acquisition will utilize the best value source selection process with the intent to award one (1) contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award with further discussions if appropriate. Selection for award will be based on evaluation of the following: Factor 1 Technical Approach; Factor 2 Experience; Factor 3 Past Performance; Factor 4 Safety; Factor 5 Technical Solution; Factor 6 Energy and Sustainable Design; and Factor 7 Price based on Proposed Task Order 0001. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil on or around December 6, 2017. IT IS THE CONTRACTOR ™S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned websites. Plan holders lists will not be faxed and will be available only at the NECO Internet website address listed above. Receipt of proposals will be due on or about January 18, 2018. No pre-proposal conference is planned at this time. If the decision is made to have such a conference, the appropriate information will be included in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711V/N6247317R1413/listing.html)
 
Place of Performance
Address: NAVAL BASE SAN DIEGO, SAN DIEGO, CA
Zip Code: 92136
 
Record
SN04706168-W 20171006/171004231253-eef446c4261dfdf02a3b034e68c8ffbb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.