Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2018 FBO #6011
SOLICITATION NOTICE

Z -- Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities primarily within the Hampton Roads Area VA

Notice Date
5/7/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008518R1111
 
Point of Contact
Sidnia Finke 757-341-1655
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE 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 of a total Small Business set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the mid-Atlantic region of the United States, primarily in support of the Hampton Roads Area of Virginia. Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either design-bid-build or design-build. General construction of DB and DBB projects include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc. in support of Naval Station Norfolk, Naval Support Activity Hampton Roads, Norfolk Naval Shipyard, Naval Air Station Oceana, Joint Expeditionary Little Creek-Ft Story, And Naval Weapon Station Yorktown Virginia Area Of Responsibility (AOR) Virginia managed by NAVFAC Mid-Atlantic. The Hampton Roads IPT is area of responsibility consists of installations in Chesapeake, Hampton, Newport News, Norfolk, Portsmouth, Suffolk, Virginia Beach, and Yorktown. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary and approved by the NAVFAC Mid-Atlantic Chief of the Contracting Office. 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 proposed contract is limited to small businesses. 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 $249,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $4,000,000 and $15,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The Government guarantees an award amount of $5,000.00 to each successful offeror over the full term of the contract, including option years. The initial project to be awarded as the first task order along with the basic contract will be RM13-1853, Design-bid-build (DBB) AEGIS Facility V10 Foundation and Crawl Space Repairs, Wallops Island, Virginia. The project includes repair/replacement of pile caps; repairing and painting corroded structural steel members; replacing damaged pumping system, and installing catch basins, pumping and ventilation. The cost range for this seed project is between $1,000,000 and $5,000,000. The NAICS Code is 236220; $36.5M Competition Requirements: Total Small Business Set-aside Procurement Method: Contracting by Negotiation Source Selection Process: Best Value, Tradeoff 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. The Request for Proposal (RFP) will be issued on or about 22 May 2018. The solicitation will be listed as N4008518R1111 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: Sidnia Finke, Email: sidnia.finke@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R1111/listing.html)
 
Record
SN04913360-W 20180509/180507230822-a826e1d03f6488b5dec50d2ae3413926 (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.