Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
SOLICITATION NOTICE

Y -- Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility (AOR)

Notice Date
2/27/2018
 
Notice Type
Presolicitation
 
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
00000
 
Solicitation Number
N6945018R0903
 
Point of Contact
Yaritza Acton 904-542-6810
 
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-Build (DB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction type work to be performed in the North Florida/South Georgia area. A sources sought notice for this requirement was posted under solicitation N69450NFSMACC on August 14, 2017 requesting small business industry interest and capability statement. Based on responses from the notice, 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 MACC solicitation is 236220 with a size standard of $36,500,000. This solicitation will result in the award of approximately (5) Design-Build IDIQ 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 $99,000,000 maximum over the base year and all four option periods combined. 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 $4,000,000 to $20,000,000 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, renovation, alteration, demolition, and repair work) including but not limited to: 1) aviation and aircraft facilities; 2) marine facilities; 3) barracks and personnel housing facilities; 4) administrative facilities; 5) warehouses and supply facilities; 6) training facilities; 7) personnel support and service facilities; 8) security level facilities; and 9) abatement and handling of hazardous/regulated materials (including but not limited to asbestos, lead paint, mold remediation, and PCB ™s). Projects may also require comprehensive interior design and incorporation of sustainable features. Work will be performed within the North Florida/South Georgia Area to include but not limited to: Naval Air Station Jacksonville, Blount Island Command, Naval Station Mayport, Orlando, Cape Canaveral, Naval Submarine Base Kings Bay, Naval Reserve Centers and areas in South Carolina managed by NAVFAC SE. Work may be required in other locations in the area of responsibility of NAVFAC SE if deemed necessary and approved by the NAVFAC SE Chief of Contracting Office. The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase 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 selected to proceed to Phase-Two will be required to submit a technical and price proposal for a seed project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ MACC for a base year with four (4) option periods and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ MACC for a base year and four (4) option periods with a minimum guarantee of $1,000.00 over the five (5) year period. 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 for those offerors chosen to participate in Phase-Two (exact date and time will be specified in the Phase-Two solicitation). Phase-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the Phase-One 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b32ea1ea11650040bf0966117f6cad5c)
 
Record
SN04836307-W 20180301/180227231413-b32ea1ea11650040bf0966117f6cad5c (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.