Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Navy Support Facility (NSF), Diego Garcia, British Indian Ocean Territory (B.I.O.T)

Notice Date
10/21/2020 5:43:28 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008421R0079
 
Archive Date
11/06/2020
 
Point of Contact
Erin Hoe, Phone: 01181468163418
 
E-Mail Address
erin.hoe@fe.navy.mil
(erin.hoe@fe.navy.mil)
 
Description
The Naval Facilities Engineering Command, Far East (NAVFAC FE) is issuing this pre-solicitation notice in accordance with FAR 36.213-2. DESCRIPTION OF PROPOSED WORK This acquisition is for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build (DB)/Design-Bid-Build (DBB) Multiple Award Construction Contracts (MACC) for U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory. The resultant MACC, will be used to issue task orders for the design and construction of new construction, renovation/modernization, and routine repair/maintenance projects at U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory. The proposed scope of work will be specified in each task order and may include, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding, and masonry in the Diego Garcia operational area. This requirement will result in up to five (5) contract awards, with a five year ordering period. The Not-To-Exceed (NTE) amount for all the MACC contract awards combined is $249,000,000; it is not the maximum value of each individual MACC contract. Task orders will be firm-fixed-price ranging from $150,000 to $50,000,000 but may be other amounts by mutual agreement of the Government and the contractor. The minimum guarantee is $100,000 each per contract. A task order for the minimum guarantee will be issued concurrently with the award of the basic contract for the offerors awarded a MACC, but not awarded the seed project. There is one seed project for this solicitation, which will be awarded at the time of award of the MACC contracts. Title: Design-Bid-Build Repairs to GEODSS OPS Buildings, F-631/F-632 at US Navy Support Facility Diego Garcia, BIOT, Work Order Number (WON) 1585121 The project was selected as the seed project from existing requirements to best represent the nature of potential work under this contract. Per FAR 36.204, the magnitude of the seed project is between $1,000,000 and $5,000,000. LOCATION OF WORK: US Navy Support Facility Diego Garcia, British Indian Ocean Territory. TENTATIVE DATES FOR THIS ACQUISITION: Request for Proposal (RFP) Issuance: November 2020 Proposal Due: December 2020 Contract Completion: Five (5) years after MACC contract award These dates are subject to change and no updates will be made to this pre-solicitation notice. PLANS AND SPECIFICATIONS: The RFP including the plans and specifications will be posted on the Government-wide Point of Entry (GPE) currently beta.SAM (https://beta.sam.gov). When posted, all RFP documents may be downloaded from the website free of charge. JOINT VENTURE REQUIREMENT: All work under this MACC will be performed at U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory. Accordingly, there are international agreements between the United States (U.S.) and the United Kingdom (UK) concerning U.S. operations on the island of Diego Garcia require that any contract awarded for the construction service requirements herein must be awarded to an offeror that is a Joint Venture exclusively consisting of U.S. and UK firms unless no qualified U.S./UK joint venture submits a reasonable offeror.� For any such Joint Ventures, participation by the U.S. member must be no less than 60% of the venture, participation of the UK member must be no less than 20% if the venture, and management control of the entire venture must be vested in the U.S. member. U.S. firms that are not part of an eligible joint venture will be permitted to submit a proposal but will only be eligible to be considered for award if no reasonable offer is received from any qualified joint venture.� In addition, there are workforce composition and labor requirements.� Composition of Contractor workforce shall be consistent with the current agreement between the U.S. and the UK.� The workforce shall be hired from U.S., UK or Third Country National (TCN) sources in accordance with the agreement.� Before subcontractor or workers from a third country are introduced, the appropriate administrative authorities of the two Governments (U.S. and U.K.) shall be consulted.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6b781c570e7f4b4286054924a51c61e7/view)
 
Place of Performance
Address: DGA
Country: DGA
 
Record
SN05834470-F 20201023/201021230138 (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.