SOLICITATION NOTICE
Y -- IDIQ/JOC for Various Construction Projects
- Notice Date
- 2/14/2018
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, YUMA ROICC/CODE ROPDY Marine Corps Air Station Yuma PO Box 99129/Building 731 Yuma, AZ
- ZIP Code
- 00000
- Solicitation Number
- N6247318R4404
- Archive Date
- 2/14/2019
- Point of Contact
- Jacqueline Carrera 928-269-6448
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Naval Facilities Engineering Command Southwest (NAVFAC SW), Yuma, AZ, intends to issue a solicitation that will result in one (1) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) construction Job Order Contract (JOC). The purpose of this procurement is to obtain work that includes but is not limited to construction, alteration, and repair of real property and utilities projects for FY 2018 through 2023. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The contract period of performance is anticipated to consist of a five year performance period, for a maximum quantity of 60 months, or a total aggregate maximum value of $30,000,000, whichever comes first. Task orders will typically range between $2,000 and $750,000, however, task orders above or below these amounts may be considered if deemed to be in the Governments best interest. Task orders will only require construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered. The Contractor is not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated during the performance period. The scope of work is anticipated to encompass a wide variety of minor construction and repair tasks to provide real property repair and maintenance to include, but not limited to, the following areas: 1) General Contractor Services, including road repair; pavement repair; building renovation; roofing; excavation; emergency repairs; providing new finishes on the interior of buildings; water lines and gas line construction and repair; all utility repairs including sanitary sewer and storm drainage; fire protection repairs 2) Structural System Services, including carpentry; maintenance, repair and replacement services on floors, floor coverings, walls, wall coverings, window repairs and replacement; exterior systems such as roofs and gutters; structural brick work and stone and concrete masonry; sheet metal work; painting; demolition; concrete masonry; and welding; 3) Electrical Services (interior and exterior); 4) Plumbing Services; and 5) Heating, Ventilation, and Air Conditioning Services - heating, ventilating, and air conditioning (HVAC) repair and replacement. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. The contractor must be capable of managing simultaneous projects (up to 10+) for a broad range of maintenance, repair and minor construction work. This procurement will utilize Best Value Lowest Price Technically Acceptable Source Selection procedures, requiring the submission of both non-price and price proposals. A seed project may be identified with the solicitation. All future orders will be awarded using the procedures at FAR 15.1 and FAR 16.505. The solicitation will be a 100 percent competitive 8(a) set aside under NAICS Code 238990 All Other Specialty Trade Contractors, with a Small Business Size Standard of $15M. The solicitation as well as all notices/amendments related to the solicitation will be posted to the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FBO) websites at https://euro.neco.navy.mil and www.fbo.gov on or about 31 March 2018. All documents will be published on the NECO and FBO websites. Hard copies of the solicitation will not be provided. Prospective offerors will have access to the solicitation at the NECO and FBO websites. Offerors are encouraged to check the websites frequently in order to be notified of any changes to the solicitation. All offerors must be registered in the System for Award Management (SAM) database (https://www.sam.gov) to be considered for award of any United States of America, Department of Defense contract. In order to register in SAM, offerors must have a Dun and Bradstreet (DUNS) Number, located at http://fedgov.dnb.com/webform and a Commercial and Government Entity (CAGE) Code (U.S. firms). The SAM requirement applies to all contract awards. It is highly encouraged for prospective offerors to begin the SAM registration process as early as possible.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711D/N6247318R4404/listing.html)
- Record
- SN04822959-W 20180216/180214231407-825714c28c7789545f785b7d020fe1bd (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 |