SOLICITATION NOTICE
Z -- IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS UNDER NAVFAC SW WITHIN FACILITIES ENGINEERING ACQUISITION DIVISION YUMA AND EL CENTRO AOR
- Notice Date
- 5/9/2022 11:59:39 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
- ZIP Code
- 92132-5000
- Solicitation Number
- N62473-21-R-0030
- Response Due
- 5/24/2022 2:00:00 PM
- Archive Date
- 05/24/2023
- Point of Contact
- Billie Crockett, Phone: 6197054674, Elliott Penetrante, Phone: 6197054644
- E-Mail Address
-
billie.p.crockett.civ@us.navy.mil, elliott.penetrante@navy.mil
(billie.p.crockett.civ@us.navy.mil, elliott.penetrante@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This procurement is for a Multiple Award Construction Contract (MACCs) and is being advertised as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. �This procurement uses the two-phase design-build selection procedures, consisting of one solicitation covering both phases with the intent to award five or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible Offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. �Award of task orders will be on a firm fixed price basis. �The work to be acquired under this solicitation is for design, construction, supervision, equipment, material, labor, and all means necessary for commercial and institutional buildings new construction, alterations, repair, and replacements construction projects at various government facilities within the NAVFAC SW Facilities Engineering Acquisition Division (FEAD) Yuma and FEAD El Centro Areas of Responsibility (AOR).� Types of projects may include, but are not limited to: administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $39.5 million. �The basic contract performance period will be for 24 months. �Each contract contains two (2) 36-month option for a total maximum duration of eight (8) years. �The estimated maximum dollar value, including the base year and all options, for all contracts combined is $99,000,000. �The only work authorized under this contract is work ordered by the government through issuance of a task order. �Task orders will range between $100,000 and $5,000,000. �Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. �The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. �Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Technical Approach, Factor 2 � Experience, Factor 3 - Past Performance, Factor 4 � Safety, Factor 5 � Technical Solution, and Factor 6 - Price (based on Proposed Task Order 0001).� Best Value Tradeoff Source Selection procedures will be used, and award may be made to the Offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered.� No site visit will be held, and no pre-proposal conference will be conducted. This acquisition is being restricted to SDVOSB and 236220 NAICS code. �In order to qualify as a Small Business contractor, companies must meet the requirements and steps listed at the SBA�s webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/women-owned-small-business-federal-contracting-program and have current registration in the System for Award Management (SAM) database. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. �The RFP will be posted to https://PIEE.eb.mil/ and https://beta.sam.gov/help/contract-opportunities on or around May 31, 2022. IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. �Prospective Offerors MUST register themselves on the aforementioned websites. �Plan holders lists will not be faxed and will be available only at Internet website address listed above. No pre-proposal conference is planned at this time. �If the decision is made to have such a conference, the appropriate information will be included in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fcb9c1095cc3460398560eeb7ca38344/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06321178-F 20220511/220509230055 (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 |