SOLICITATION NOTICE
Z -- COMPETITIVE 8(A) SET ASIDE IDIQ FOR PAVING, VARIOUS GOVERNMENT INSTALLATIONS, NAVAL BASE SAN DIEGO (NBSD) AREA OF RESPONSIBILITY, SAN DIEGO, CALIFORNIA
- Notice Date
- 4/16/2018
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge 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
- N6247318R1610
- Response Due
- 4/30/2018
- Archive Date
- 5/15/2018
- Point of Contact
- BRAD CRAWFORD 619-556-6517 JOHN VAN GORP, 619-556-6469
- E-Mail Address
-
Contract Specialist
(bradley.crawford@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a competitive 8(a) set-aside procurement. The assigned SBA Requirement Number is 0954/18/802145/01 and is limited to 8(a) firms located 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. The North American Industry Classification System (NAICS) Code is 237310 (Highway, Street, and Bridge Construction) with a Small Business Size Standard of $36.5 million. Task orders issued under the proposed IDIQ contract will be performed at various federal sites within the NBSD AOR including, but not limited to, NBSD, Naval Medical Center San Diego (NMC SD), and Murphy Canyon Family Housing, San Diego, California. The estimated total contract price for the 12 month base period and two (2) 12 month option periods is $9,000,000. Task order range is estimated between $2,000 and $750,000. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, renovations, and new construction of paving systems and associated work. This acquisition will utilize the best value source selection process with the intent to award one (1) contract to one (1) responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award WITHOUT further discussions if appropriate. Selection for award will be based on evaluation of the following: FACTOR 1: ABILITY TO MANAGE MULTIPLE SIMULTANEOUS PROJECTS; FACTOR 2: EXPERIENCE; FACTOR 3: PAST PERFORMANCE; FACTOR 4: SAFETY; and FACTOR 5: PRICE “ Based on Exhibit J-B-01 ELIN schedule. 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 May 1, 2018. 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 June 4, 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/N6247318R1610/listing.html)
- Place of Performance
- Address: NAVAL BASE SAN DIEGO, SAN DIEGO, CA
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN04890911-W 20180418/180416230929-1125f21d2d78714a1e680d1957c05b1d (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 |