Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SOLICITATION NOTICE

Z -- IDIQ JOC FOR PLUMBING, HEATING, AND AIR CONDITIONING PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE NAVAL BASE VENTURA COUNTY, CALIFORNIA, AOR AND OTHER LOCATIONS AS APPROVED

Notice Date
6/26/2024 3:27:29 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N62473-24-R-0523
 
Response Due
7/11/2024 2:00:00 PM
 
Archive Date
07/26/2024
 
Point of Contact
Michelle Barlow, Phone: 6197054672
 
E-Mail Address
michelle.g.barlow.civ@us.navy.mil
(michelle.g.barlow.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This procurement is for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) and is being advertised as a 100% Section 8(a) Small Business set-aside. This procurement will utilize the best value source selection process with the intent to award one (1) contract to one (1) responsible Offeror whose proposal, 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 JOC contract with 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 their properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of PLUMBING, HEATING, AND AIR CONDITIONING CONSTRUCTION PROJECTS.� The work to be acquired under this solicitation is for construction, supervision, equipment, material, labor, and all means necessary for new construction, alterations, repair, and replacement of plumbing, heating, and air conditioning projects at various government facilities within the NAVFAC SW Facilities Engineering Acquisition Divisions (FEAD) Naval Base Ventura County (NBVC), California, Area of Responsibility and other locations as approved. Types of projects may include, but are not limited to, plumbing, heating, air-conditioning, and related systems. The North American Industry Classification System (NAICS) code is 238220 (Plumbing, Heating, and Air Conditioning Construction) with a small business size standard of $19 million. The basic contract performance period will be for 24 months with one (1) 36-month option period for a total maximum duration of five (5) years. The estimated maximum dollar value, including the base year and option period, is $40,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $2,000 and $1,000,000. 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 the awardee, under the performance period of the contract. The contractor is not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract without discussions. Selection for award will be based on evaluation of the following: Factor 1 � Ability to Manage Multiple Simultaneous Projects, Factor 2 � Experience, Factor 3 � Past Performance, Factor 4 � Safety, Factor 5 � Price (based on Proposed Task Order 0001). Best Value Tradeoff Source Selection procedures will be used, and award may be made to the Offeror 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 8(a) Small Businesses and NAICS code 238220. 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/8a-business-development-program and have current registration in the System for Award Management (SAM) database. NOTE:� SAM registrations are taking longer than usual to complete/process. This is especially true for newly formed Joint Ventures. Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to https://PIEE.eb.mil/ and https://sam.gov/content/opportunities on or around July 11, 2024. 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 the 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/ca892ad3e0544cf38e2126684f721f40/view)
 
Place of Performance
Address: Point Mugu NAWC, CA 93042, USA
Zip Code: 93042
Country: USA
 
Record
SN07108752-F 20240628/240626230118 (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.