Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

Y -- Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily in the Hampton Roads Area of Responsibility, Virginia

Notice Date
10/16/2020 3:28:46 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R2507
 
Response Due
10/30/2020 12:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
HOLLY SNOW, Phone: 7573411046, Sidnia Finke
 
E-Mail Address
HOLLY.SNOW@NAVY.MIL, sidnia.finke@navy.mil
(HOLLY.SNOW@NAVY.MIL, sidnia.finke@navy.mil)
 
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 an unrestricted Firm Fixed Price (FFP) Indefinite-Delivery/Indefinite Quantity (IDIQ), Design-Build/Design-Bid-Build Multiple Award Construction Contracts (MACCs) for Large General Construction Projects Primarily in the Hampton Roads Area of Virginia, NAVFAC Mid-Atlantic. Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either design-bid-build (DBB) or design-build (DB). General construction includes, but is 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 communications systems.� Types of facilities include, but are not limited to, administrative, industrial, maintenance, warehouses, airfield, aircraft hangar, communications, personnel support, recreation, lodging, dormitory, mess facilities, assembly facilities, medical facilities, training, ranges, and roads, etc. Lead or asbestos abatement may be required.� Work in explosive facilities may be required.� The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. Area of Responsibility (AOR) includes Hampton Roads area managed by NAVFAC Mid-Atlantic. Work may be required in other areas in the NAVFAC Mid-Atlantic AOR 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 unless the Source Selection Authority determines that award to more than five (5) offerors is in the best interest of the Government. ��������� This solicitation is being advertised as ""Unrestricted"" for full and open competition.. NAVFAC Mid-Atlantics Office of Small Business Programs concurs with the determination to solicit as an unrestricted procurement.� This is a one phase source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, Tradeoff Process.� The basis for evaluation and the evaluation factors for award will be included in the solicitation.� Other than small business concerns will be required to submit a subcontracting plan prior to award of the contract. The duration of the contract(s) is 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 $950,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $15,000,000 and $100,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. There are minimum guarantees per contract with no yearly or per contractor limit, only the total five-year maximum of $950,000,000.� The minimum guarantee for each contract is $5,000.� Individual project task orders will be established to meet customer requirements with independent completion dates and liquidated damages, if required.� Should a MACC contractor with a guaranteed minimum be unable to competitively secure a task order to meet the minimum guarantee, the Government reserves the right to negotiate a task order directly with that contractor. The Government guarantees an award amount of $5,000.00 to each awardee over the full term of the contract, including option years.� Firms shall demonstrate a minimum bonding capacity per project of at least $100,000,000 and an aggregate bonding capacity of $250,000,000. The proposed seed project for this solicitation will be P-1035 & P-1035a DBB, MH60 Corrosion Control and Paint Facility at Naval Station Norfolk, Norfolk, Virginia.� Project P-1035 will provide a three-bay hangar facility in support of depot level Planned Maintenance Interval requirements for the MH-60R/MH-60S and V-22 aircraft.� This single-story building will consist of 52,384 total gross square feet. The high bays consist of a Plastic Media Blasting (PMB) Bay, a Paint Bay, and a Wash Rack Bay. The Paint Bay and the Wash Rack Bay will serve both series of aircraft, and the PMB Bay will only serve the MH-60 aircraft series.� Each bay is supported by several ancillary spaces, either directly accessible or adjacent to the bay itself. �The new Corrosion Control and Paint Facility will be located in the central portion of Naval Station Norfolk, in the northeastern quadrant of the intersection of Third Avenue and Bellinger Boulevard. The new facility will be located near existing Building V-147 since the functions within both buildings are directly related. In accordance with FAR 36.204 and DFARS 236.204, the magnitude of construction for P1035 is between $25,000,000 and $100,000,000. The NAICS Code is 236220; Small Business Size Standard of $36.5M Competition Requirements: Unrestricted, Full and Open Competition 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 drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 31 October 2020. The solicitation will be listed as N40085-21-R-2507 on the BetaSam Government Website under Contract Opportunities. 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: Holly Snow, Email: holly.snow@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6c1c93d4f3724ed6ae331535ea8a3ea5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05829663-F 20201018/201016230135 (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.