Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2022 SAM #7464
SOLICITATION NOTICE

Y -- Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract for the NAVFAC SE Gulf Coast Area of Responsibility

Notice Date
5/6/2022 8:08:27 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945022R0063
 
Archive Date
05/06/2023
 
Point of Contact
Jody Bester, Phone: 9045426603, LarryLamar Courtney, Phone: 9045426908
 
E-Mail Address
jody.m.bester.civ@us.navy.mil, larrylamar.courtney.civ@us.navy.mil
(jody.m.bester.civ@us.navy.mil, larrylamar.courtney.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) in Jacksonville, Florida, intends to solicit and award a Design-Build and Design-Bid-Build, Firm-Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Construction Contract (MACC) for general construction type work to be performed in the Gulf Coast (Florida, Louisiana, Mississippi, Tennessee) Area of Responsibility.� A sources sought notice for this requirement was posted under solicitation N6945022PCOLA on� December 7, 2021 requesting small business industry interest and capability statement.� Based on responses from the notice, it was determined that the requirement should be issued as a total small business set-aside.� The NAVFAC SE Small Business Office concurs with this determination. The Request for Proposal (RFP) will be issued as a total small business set-aside.� All responsible small businesses with specialized experience and qualifications required by the solicitation may submit a proposal to be considered by the agency.� �The NAICS code for this IDIQ MACC solicitation is 236220 � Commercial and Institutional Building Construction, with a corresponding size standard of $39.5M. � This solicitation will result in the award of one MACC with approximately five (5) Design-Build and Design-Bid-Build IDIQ construction contracts, unless the Source Selection Authority determines that a number greater than five is in the Government�s best interest. The total aggregate value of all contracts to be awarded from any resultant solicitation is $249,000,000 maximum over a five (5) year ordering period.� There is no yearly or per contractor limit except for the total five (5) year maximum.� Task orders will be firm-fixed-price, normally in the range of $250,000 to $6,000,000 per order.� However, task orders under or over these amounts may be considered if deemed to be in the Government's best interest and approved by the NAVFAC SE Chief of Contracting Office. Construction projects to be performed will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including but not limited to: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) security level facilities, 9) abatement and handling of hazardous/regulated materials (including but not limited to asbestos, lead paint, mold remediation, and PCB�s). Projects will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. The work will be performed primarily in the states of Florida, Louisiana, Mississippi and, Tennessee.� The work will be peformed but is not limited to the following areas:� NAS Pensacola, NSA Panama City, NAS JRB New Orleans, NAS Whiting Field, NAS Meridian, NCBC Gulfport, and NSA Mid-South.� Work may be required in other locations in the area of responsibility of NAVFAC SE if deemed necessary and approved by the NAVFAC SE Chief of Contracting Office. The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. Offerors selected to proceed to Phase-Two will be required to submit a technical and price proposal for a seed project.� Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ under the MACC for a five (5) year ordering period and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ under the MACC for a five (5) year ordering period with a minimum guarantee of $1,000.00 over the five (5) year period. This will be an electronic solicitation, which can be downloaded from SAM.gov. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted.� A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase-Two (exact date and time will be specified in the Phase-Two solicitation). Phase-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the Phase-One solicitation). Offerors are responsible for checking the SAM.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43a0c7a04e40475f894b7d364aa279e3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06319913-F 20220508/220506230056 (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.