SOLICITATION NOTICE
Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Minor Construction, Renovation, and Repair Projects at NSA Crane, IN and Glendora Test Facility, Sullivan, IN
- Notice Date
- 5/6/2021 1:32:10 PM
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R0071
- Response Due
- 6/22/2021 11:00:00 AM
- Archive Date
- 10/01/2021
- Point of Contact
- Rachel Honecker, Phone: 7573411652
- E-Mail Address
-
rachel.honecker@navy.mil
(rachel.honecker@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) Multiple Award Construction Contract (MACC) for Minor Construction, Renovation, and Repair Projects at NSA Crane, IN and Glendora Test Facility, Sullivan, IN. PROJECT DESCRIPTION: The intention of the potential solicitation is to obtain Minor Construction, Renovation, and Repairs at the Naval Support Activity NSA) Crane, Indiana and the Glendora Test Facility, Sullivan, Indiana.� The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various construction, renovation, or repair projects ranging in size from $2,000.00 to $600,000.00 at assorted buildings and structures at NSA Crane, IN and the Glendora Test Facility, Sullivan, IN.� Lead or asbestos abatement may be required.� Work in explosive facilities will be required.� Larger projects will be issued as either fully designed (DBB) projects or design build (DB) projects.� There is a possibility that projects at remote Military Reserve Centers up to 250 miles from NSA Crane may be offered; however, a vast majority of the work will be performed at NSA Crane.� The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. It is anticipated that no more than five (5) contracts will be awarded as a result of this potential solicitation.� The duration of the contract(s) will be for twelve (12) months from the date of contract award with four (4) 12-month option periods.� The total five-year (base and four 12-month options) estimated construction cost for all contracts will not exceed $60,000,000 for the life of the contract.� Projects awarded on this MACC will have an estimated construction cost of approximately $2,000.00 to $600,000.00; however, smaller and larger dollar value projects may be considered.� Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at: http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation.� This solicitation will be advertised as ""Small Business"" set-aside. This is a 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.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� The appropriate North American Industry Classification System (NAICS) code for this procurement is 236210 � Industrial Building Construction and the annual size standard is $39,500,000. 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. A Sources Sought notice was issued seeking eligible Small Business, 8(a),� HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Businesses capable of performing the requirements of this solicitation.��Successful award and completion of the requirements can be achieved by soliciting the contract as a set-aside for small businesses.� On 14 April 2021, the Small Business Association Representative approved a DD2579 Small Business Coordination Record recommending a total small business set-aside procurement. The Request for Proposal (RFP) will be issued by NAVFAC MIDLANT CON22 on or after 21 May 2021.� The solicitation number will be N40085-21-R-0071 on the beta.sam.gov website at https://beta.sam.gov.� Ensure that you register with the site so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest.� Primary POC: Rachel Honecker, (757) 341-1652, email: rachel.honecker@navy.mil. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fe3e26f7a5c644c58fcd315ba8651834/view)
- Place of Performance
- Address: IN, USA
- Country: USA
- Country: USA
- Record
- SN05993864-F 20210508/210506230115 (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 |