Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2022 SAM #7406
SOLICITATION NOTICE

Z -- IDIQ MACC FOR MECHANICAL, ELECTRICAL, PLUMBING, AND FIRE PROTECTION PROJECTS AT NAVAL STATION GREAT LAKES AND NOSCS WITHIN THE AOR OF A 450-MILE RADIUS OF NAVAL STATION GREAT LAKES

Notice Date
3/9/2022 8:35:14 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R0085
 
Response Due
4/26/2022 11:00:00 AM
 
Archive Date
10/01/2022
 
Point of Contact
Rachel Honecker, Phone: 7573411652
 
E-Mail Address
rachel.n.honecker.civ@us.navy.mil
(rachel.n.honecker.civ@us.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 Mechanical, Electrical, Plumbing, and Fire Protection Projects at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes. PROJECT DESCRIPTION: The intention of the potential solicitation is to complete Mechanical, Electrical, Plumbing, and Fire Protection projects at the Naval Station Great Lakes and NOSCs within the AOR of a 450- mile radius of Naval Station Great Lakes. �The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various projects ranging in size from $25,000.00 to $750,000.00 at assorted buildings and structures at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes. �Lead or asbestos abatement may be requirement. �Work in explosive facilities will be required. �Larger projects will be issued as either fully design projects or design build projects. �The projects will include delivery of both Design-Build and Design-Bid-Build project design as well as MEP-specific study/evaluation work. �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 approximately 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 $15,000,000 for the life of the contract.� Projects awarded on this MACC will have an estimated construction cost of approximately $25,000.00 to $750,000.00; 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 an 8(a) 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 238220 � Industrial Building Construction, and the small business 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 Businesses, 8(a), HUBZone, Service-Disabled Veteran-Owned, and/or Woman-Owned Small Businesses capable of performing the requirements of this solicitation.� The Sources Sought notice yielded seven (7) responses. �From the seven (7) capabilities packages received, five (5) firms were found to have the requisite experience and bonding capacity to successfully perform on this proposed contract.� Successful award and completion of the requirements can be achieved by soliciting the contract as a set-aside for 8(a) small businesses.� On 28 October 2021, The Small Business Association Representative approved a DD2579 Small Business Coordination Record recommending an 8(a) small business set-aside procurement. The Request for Proposal (RFP) will be issued by NAVFAC MIDLANT CON22 on or after 24 March 2022.� The solicitation number will be N40085-21-R-0085 on the SAM.gov website at https://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.n.honecker.civ@us.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://sam.gov/opp/dcd8924352ae42f0bf0f16b4f88a0521/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06261892-F 20220311/220309230103 (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.