Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

P -- Presolicitation Notice for IDIQ MACC for Demolition Projects at Hunters Point Naval Shipyard, San Francisco, California

Notice Date
7/30/2024 9:51:01 AM
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247323R1214
 
Response Due
8/14/2024 2:00:00 PM
 
Archive Date
08/29/2024
 
Point of Contact
Shane Mahelona, Phone: 6197054631, Harold Hayes, Phone: 6197054646
 
E-Mail Address
shane.k.mahelona.civ@us.navy.mil, harold.w.hayes10.civ@us.navy.mil
(shane.k.mahelona.civ@us.navy.mil, harold.w.hayes10.civ@us.navy.mil)
 
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 performing demolition services. This procurement is for a multiple award construction contract (MACC) and will be advertised on an unrestricted basis inviting full and open competition. This procurement will use a single-phase source selection procedure with the intent to award approximately three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to 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. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. 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/her 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 demolition services at Hunters Point Naval Shipyard, San Franciso, California. The work may include site preparation activities, such as excavating and grading, demolition of buildings and other structures, and septic system installation; earthmoving and land clearing for all types of sites (e.g., building, nonbuilding, mining). Establishments primarily engaged in construction equipment rental with operator (except cranes) are also included. The North American Industry Classification System (NAICS) code is 238910 (Site Preparation Contractors), and the annual size standard is $19 million. The MACC will consist of one base period of two (2) years and three (3) one-year option periods for a total maximum duration of five (5) years. The aggregate maximum value, including the base and option periods, for all contracts combined is $999,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $10,000,000 and $150,000,000. 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 SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the System for Award Management (SAM) website under Contract Opportunities at https://sam.gov/content/opportunities on or about August 15, 2024. No hard copies will be provided. IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. Market research was conducted and a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW Small Business Office concurred with this decision.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/484332873f6145caba21af1cc48dada3/view)
 
Place of Performance
Address: San Francisco, CA, USA
Country: USA
 
Record
SN07148532-F 20240801/240730230116 (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.