Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2024 SAM #8073
SOLICITATION NOTICE

Y -- Design-Build (DB)/ Design-Bid-Build (DBB) Indefinite Delivery/ Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Waterfront Construction Services, Hampton Roads, Area of Responsibility (HR AOR)

Notice Date
1/2/2024 12:40:12 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2545
 
Archive Date
02/01/2024
 
Point of Contact
Kristy Gerrek
 
E-Mail Address
kristy.gerrek@navy.mil
(kristy.gerrek@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 make notice of a proposed contract action for a�Design-Build (DB)/ Design-Bid-Build (DBB) Indefinite Delivery/ Indefinite Quantity (IDIQ) Small Business Multiple Award Construction Contract (MACC) for Waterfront Construction Services, Hampton Roads, Area of Responsibility (HR AOR). This contract(s) will require the ability to manage multiple task orders concurrently across the Hampton Roads AOR. The Waterfront Construction work includes, but is not limited to, the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront related utilities (e.g., steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; and fire protection systems) and required staging and performing construction in or over open tidal waters from barges and/or other floating or affixed work platforms. The selected contractors 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 six (6) contracts will be awarded as a result of this potential solicitation.�The duration of the contracts will be for one (1) year from the date of contract award with four (4) one-year option periods, not to exceed 60 months.� The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $249,000,000.00 for the life of the contract.� Projects awarded on this MACC will have an estimated construction cost of approximately $250,000.00 to $10,000,000.00; however, smaller and larger dollar value projects may be considered. The Government guarantees an award amount of $5,000.00 to each successful Offeror over the full term of the contract, including option years. The initial project (�seed project�) that will be awarded as the first task order concurrently with the basic contract is V-47 200� Breakwater Pier, at Naval Station Norfolk, Virginia. The work includes construction of a small combination breakwater and pier near the entrance to the basin. The new V-47 Breakwater Pier will be designed to protect personnel accessing or operating watercraft along the bulkhead southwest of the breakwater during extreme weather events due to wave action. The breakwater pier will also be designed for berthing of various watercraft during calm weather. The pile supported breakwater pier will be approximately 200 feet long by 26 feet wide. In accordance with FAR 36.204, the magnitude of construction for the seed project is between $5,000,000 and $10,000,000. 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 project is 237990 (Other Heavy and Civil Engineering Construction) with a Small Business Size Standard of $45,000,000. 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 Dynamic Small Business Search (DSBS)�and a Sources Sought Notice was initially conducted and issued on 07 February 2023, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses.�The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement.� Respondents were required to submit relevant experience in performing efforts of similar size, scope and complexity within the last ten (10) years. A second DSBS and Sources Sought Notice was published on 07 March 2023. Based on the market research conducted for this procurement, there is a reasonable expectation that two or more capable small businesses will propose on this requirement.�Successful award and completion of the requirements can be achieved by soliciting the contract as a set-aside for small businesses. On 31 March 2023, the NAVFAC MIDLANT Deputy for Small Business approved a DD2579 Small Business Coordination Record recommending small business set-aside procurement. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 17 January 2024. The solicitation number will be N40085-24-R-2545.� All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. Contractors are encouraged to register for the solicitation when downloading from the website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Questions regarding this notice should be directed to Kristy Gerrek at kristy.l.gerrek.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/cfdc78a49c874aa297e8ceb7c5fe8ab8/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06924762-F 20240104/240102230036 (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.