SOLICITATION NOTICE
Z -- IDIQ MACC SB SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, and REPAIR OF ROOFING SYSTEMS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, and NM
- Notice Date
- 9/27/2018
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RAQ20 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247318R5849
- Response Due
- 11/14/2018
- Archive Date
- 11/29/2018
- Point of Contact
- Lisa Crawford 619-532-1261 Lisa Crawford, 619-532-1261, lisa.crawford@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is for a multiple award construction contract (MACC) and is being advertised as a small business set-aside. This is a single phase procurement and consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible Offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation will provide for the design, construction, supervision, equipment, material, labor, and all means necessary for new installation addition, alterations, maintenance, repair, by design-build or design-bid-build, of roofing systems at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. Types of roofing projects may include, but are not limited to: roof condition assessment, emergency leak response and testing for hazardous material on various roofing systems. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and HVAC ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies. The types of roofing systems may include, but are not limited to: single ply, PVC, modified bitumen, shingle, tile, preformed metal, foam and built-up roofing systems. The North American Industry Classification System (NAICS) code is 238160, and the annual size standard is $15 million. The basic contract period will be for 24 months. Each contract contains one (1) 36-month option for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $240,000,000. Task orders will range between $10,000 and $5,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the Government through issuance of a task order. 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 from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Experience, Factor 2 - Past Performance, Factor 3 “ Safety, Factor 4 “ Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the Offeror whose proposal is the most advantageous and offers the best value to the Government, price and other factors considered. A site visit and/or pre-proposal conference may be held on a date and time to be determined. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and on the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about October 15, 2018. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website address listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247318R5849/listing.html)
- Record
- SN05109050-W 20180929/180928040740-119f51920bd08d6316d60fcf7af65da2 (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 |