Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2020 SAM #6623
SOLICITATION NOTICE

Z -- Fencing Hampton Roads IDIQ

Notice Date
1/15/2020 6:52:37 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008519B9092
 
Archive Date
02/13/2020
 
Point of Contact
Maurice N. Muse, Phone: 7573411652, Gary Milton, Phone: 7573412074
 
E-Mail Address
maurice.muse@navy.mil, gary.milton1@navy.mil
(maurice.muse@navy.mil, gary.milton1@navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential offerors of an Indefinite Delivery/Indefinite Quantity (IDIQ) for Regional Fence Maintenance/Construction for Government sites in the Hampton Roads Area of Responsibility. Construction projects to be performed under this contract will include the repair, replacement and maintenance of various types of fences to include, but not limited to, high security fencing (anti-terrorism force protection), ASTM certified F2656-18a vehicle barriers and bollard/bollard arrays, deadmen and wire rope, digital keyless and card reader entry systems, grounding, concrete barriers with fencing, security fences and gates to define the perimeter of protected areas, such as restricted areas, controlled areas, entry control/access control points, installation perimeters, and to provide a physical and psychological deterrent to entry and preventing unauthorized personnel from entering a protected area, and underground tunneling prevention and incidental work related at existing or new locations on and around various Government sites in the Hampton Roads Area.� The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract in a timely manner with safety as a high priority and quality work as a final product.� The Government contemplates that one Contract will be awarded for this solicitation.� Each PWD Base location will administer the work that they order. The contract term will be a base period of one (1) year plus four (4) option years. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via task order 0001. The minimum guarantee covers the full term of the contract to include all option years. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238990 � All Other Specialty Trade Contractors, and the Small Business Size Standard is $16,500,000. This solicitation is being advertised as unrestricted, full and open competition.�� The solicitation will be issued utilizing the Sealed Bid procedures outlined in FAR Part 14.103-2. This procurement will not allow for trade-offs.� Award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis Bacon Act (DBA)) work. Estimated construction cost for all task orders awarded under the IDIQ for all years is not to exceed $10,000,000.00. Projects awarded on this IDIQ will have an estimated construction cost of approximately $2,500.00 to $250,000.00; however, smaller and larger dollar value projects may be considered, if deemed to be in the Government�s best interest and approved by the Contracting Officer. A Sources Sought notice was issued on 10 October 2019 to determine the capability of small businesses to perform the requirement.� Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation.� A DD2579 Small Business Coordination Record recommending full and open competition was approved by the NAVFAC MIDLANT Deputy for Small Business on 14 November 2019.� The Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation that same day. The drawings and specifications for this project will be posted with the solicitation and are not available at this time.� The Invitation for Bids will be issued on or after 30 January 2020 to beta.sam.gov website.� Contractors are encouraged to register for the solicitation when downloading from the website.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Maurice Muse at maurice.muse@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/278c436d36894f418ec817a8cc988bc2/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05535483-F 20200117/200115230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.