SOLICITATION NOTICE
Y -- 8(A) Set-Aside for Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity Firm Fixed Price Multiple Award Construction Contract for MCAS Beaufort, MCRD Parris Island, SC
- Notice Date
- 10/24/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008518R0605
- Point of Contact
- Elizabeth Carmack 757 341 1654 Elizabeth Carmack Elizabeth.carmack@navy.mil
- E-Mail Address
-
a
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Y ”8(A) Set-Aside for Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity Firm Fixed Price Multiple Award Construction Contract for MCAS Beaufort, MCRD Parris Island, SC This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors for an 8(a) set-aside for Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for Marine Corps Air Station Beaufort, Marine Corps Recruit Depot, Parris Island and Naval Hospital Beaufort, South Carolina. Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either be design-bid-build or design-build. General construction includes new construction, renovation, alteration, demolition, and repair work for industrial, warehouses, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, recruit barracks, mess facilities, assembly facilities, medical facilities and community support facilities. The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. The Primary Area of Responsibility includes Marine Corps Air Station Beaufort and Marine Corps Recruit Depot Parris Island area managed by NAVFAC Mid-Atlantic. Work may be required in other areas in the area of responsibility of NAVFAC Atlantic if deemed necessary and approved by the Chief of Contracts. The Government intends to award no more than five (5) contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value after evaluation in accordance with the factors in the solicitation. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $30,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $2,000 and $600,000 however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The seed project will be Repairs and Painting of Thunder Dome Buildings 925, 6101 and 1048 The cost range for this seed project is between $100,000 and $250,000. The NAICS Code is 236220; $36.5M Competition Requirements: 8(a) Set-Aside Procurement Method: Contracting by Negotiation Type of Contract: Firm Fixed Price, IDIQ Offerors will be required to submit with their proposal a bid guarantee in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000. In addition, offerors will be required to submit evidence of the SBA determination that it has a bona fide place of business within that area prior to submitting its offer for the procurement. (See 13 CFR 124). Bona fide place of business, for purposes of 8(a) construction procurements, means a location where a Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. The Request for Proposal (RFP) will be issued on or about 8 November 2017. The solicitation will be listed as: N40085-18-R-0605 on the Navy Electronic Commerce Online website (NECO). A Vendor User Guide is available for download at the site, as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure you register with the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Elizabeth Carmack, Phone: (757) 341-1654, Email: Elizabeth.carmack@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c8d39485cd3356c8f2d98df96ecbe498)
- Record
- SN04721659-W 20171026/171024231243-c8d39485cd3356c8f2d98df96ecbe498 (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 |