Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOLICITATION NOTICE

Y -- FY24 IDIQ JOB ORDER CONTRACT (JOC), NAVFAC WASHINGTON

Notice Date
1/4/2024 12:39:27 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008023R2185
 
Archive Date
01/25/2024
 
Point of Contact
Frank G. Decker, Wendie P. Narvarte
 
E-Mail Address
frank.g.decker.civ@us.navy.mil, wendie.p.narvarte.civ@us.navy.mil
(frank.g.decker.civ@us.navy.mil, wendie.p.narvarte.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
PRE-SOLICITATION NOTICE Amendment 1 FY24 IDIQ JOB ORDER CONTRACT (JOC), NAVFAC WASHINGTON THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION, A REQUEST FOR PROPOSAL, A REQUEST FOR QUOTE OR AN INVITATION FOR BID. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Systems Command (NAVFAC) Washington intends to issue one (1) solicitation that will result in the award of two (2) Indefinite-Delivery/Indefinite-Quantity (IDIQ) Job Order Contracts (JOC) This procurement is intended as a set-aside for eligible 8(a) small business firms. The North American Industry Classification System (NAICS) Code that applies to this procurement is 236220 � with the annual size standard of $36.5M.� The NAVFAC Washington Office of Small Business concurs with the determination to solicit as an 8(a) SB set-aside. The anticipated solicitation is to be publicized, in accordance with FAR Part 5, to the Governmentwide point of entry (GPE) at the SAM.gov | Contract Opportunities website, on or around January 25, 2024 via the Procurement Integrated Enterprise Environment (PIEE) (eb.mil). Solicitation Module.� The intent of the solicitation is to procure two (2) single award, Design-Build (DB) / Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite-Quantity (IDIQ) Job Order Contracts (JOC).� The JOC�s specific requirements for general construction and repair services, may include, but is not limited to: Demolition; Pre-engineering buildings; Roof replacement; Gutters and downspouts; Window and door repair/replacement; Wall installation; HVAC equipment installation; Duct installation; Pipe installation; Utilities; Fire protection; Interior & exterior painting; Architectural signage; Paving & asphalt; Clearing and grubbing site preparation.� Work ordered under this contract may require the Contractor to provide design and/or engineering services, under a design-build task order.� Specific management services shall include, but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality control.� Accordingly, the Contractor shall provide a staff with the necessary management expertise to assure performance objectives and standards are met. Management personnel shall include but is not limited to: Project Manager (PM), Quality Control Manager (QCM) & Site Safety and Health Officer (SSHO); Permitting to comply with all applicable federal, state, and local laws and regulations; Accident Prevention & Activity Hazard Analysis; Environmental Protection; Waste Management. The Government�s intent is to award 2 JOC contracts to support NAVFAC Washington�s area of responsibility (AOR), at the following locations: � � �1.) Waldorf Naval Air Station, Patuxent River, MD; Annapolis Naval Academy, Annapolis, MD; Waldorf Naval Support Facility, Indian Head, MD Fredericksburg Naval Support Facility, Dahlgren, VA; and other NAVFAC Washington AOR locations as required. � � �2.) Naval Support Activity, Washington, DC; Silver Spring Naval Support Activity, Bethesda MD; Fredericksburg ROICC, Quantico, and other NAVFAC Washington AOR locations as required. Each contract will each have a base period and option periods resulting in a contract performance period of sixty (60) months.� The option period for each contract may be exercised at the discretion of the Government.� The specific delivery or performance periods shall be specified in the individual issued delivery/task orders. The Government intends to award each contract with a $100 Million Not-To-Exceed capacity for the life of the contract. The Government intends to award each contract to the responsible offeror(s) whose proposal(s) represent the best value, after evaluation in accordance with the factors and their relative importance, as stated in the solicitation. The intent of these 2 JOC contracts is to replace the current JOC contract for similar services awarded in 2019 as Contract No. N4008019D0007. �Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The Government intends to post all notices/amendments related to this solicitation on the SAM.gov | Contract Opportunities website, via the Procurement Integrated Enterprise Environment (PIEE) (eb.mil). Solicitation module.� All interested firms must be registered on SAM.gov, and PIEE web sites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the Offeror to check the websites daily for any updates/amendments. �Prospective Offerors who have access to the solicitation at the SAM.gov and PIEE website shall reference solicitation number N4008023R2185 (no hyphens). � All Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be considered for contract award. It is highly encouraged for Offerors to begin the SAM registration process as early as possible. All Offeror�s must include 8(a) eligibility information in their SAM registration representations and certifications. Failure to register in the SAM database or failure to include 8(a) eligibility information will make an Offeror ineligible for award. The SAM website can be accessed at www.sam.gov. Point-of-contact for this Pre-Solicitation Notice: Frank G. Decker Email: frank.g.decker.civ@us.navy.mil Telephone: (202) 330-9020
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a95135e637f94cf2aba1b7c2800bc3b4/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN06926827-F 20240106/240104230038 (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.