SOLICITATION NOTICE
Z -- Regional Job Order Contract (JOC) for General Construction
- Notice Date
- 8/7/2024 4:55:57 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM NORTHWEST SILVERDALE WA 98315-1101 USA
- ZIP Code
- 98315-1101
- Solicitation Number
- N44255-23-R-1505
- Archive Date
- 08/31/2024
- Point of Contact
- Cynthia Elmstrom, Phone: 3605649519, JoAnna Lovett-Black, Phone: 9047102215
- E-Mail Address
-
cynthia.m.elmstrom.civ@us.navy.mil, joanna.lovett-black.civ@us.navy.mil
(cynthia.m.elmstrom.civ@us.navy.mil, joanna.lovett-black.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Solicitation No: N44255-23-R-1505 Title: Regional Job Order Contract (JOC) for General Construction Type: RFP ~ Pre-Solicitation Notice Estimated Issue Date: Approximately Late - August 2024 Estimated Proposal Due Date: Approximately Late - October 2024 Estimated Award Date: Approximately Late -January 2025 Project Task Order Range: $2,000 to $2,000,000. Total IDIQ Contract Value for all issued contract is: $99,000,000. Synopsis or Description THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS A 100% 8(A) SET ASIDE COMPETITIVE PROCUREMENT.� IT HAS BEEN DETERMINED THAT COMPETITION WILL BE LIMITED TO 8(A) FIRMS LOCATED WITHIN THE GEOGRAPHICAL AREA SERVICED BY THE SBA REGION 10 AND OTHER 8(A) CONSTRUCTION FIRMS WITH A BONA FIDE PLACE OF BUSINESS WITHIN THE GEOGRAPHICAL COMPETITIVE AREA, AND THE ASSIGNED NAICS CODE.� ALL OTHER 8(A) BUSINESS DEVELOPMENT (BD) PARTICIPANTS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS. SBA REGION 10 CONSISTS OF ALASKA, IDAHO, OREGON, AND WASHINGTON. SBA Requirement # PN1722606336A The North American Industry Classification Standard (NAICS) is: 236220 and the annual size standard is $45.0 million. This procurement will provide for all labor, materials, equipment, supervision and other incidental work required to perform simultaneous non-complex minor construction, repairs, rehabilitations, demolitions or alteration at various installations and facilities in the Naval Facilities Engineering Systems Command (NAVFAC) Northwest Area of Responsibility. The procurement consists of one solicitation with the intent to award one Indefinite Delivery Indefinite Quantity (IDIQ) contract to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value offer using the LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) source selection process, price and non-price factors considered in accordance with FAR 15.101-2 Lowest price technically acceptable source selection process. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED.� THEREFORE OFFERORS� INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS� BEST TERMS.� CONTRACT DESCRIPTION.� A Job Order Contract (JOC) is an IDIQ contract with no pre-established fixed unit prices that combines industry standard price information (e.g. an Unit price book) and a contractor�s coefficient to get numerous, commonly encountered construction projects done quickly and easily by collaboratively streamlining the Task Order awarding process. Two factors are usually bid � one for Pre-Priced and the second for Non-Pre-Priced. The total price for a Task Order is the product of the quantity of work units, the unit price, and the Contractor�s coefficient, resulting in a firm fixed price for the Task Orders issued against the contract. The JOC contract will include a requirement to use RS Means Online for Pre-Priced items. The contract solicitation will provide for the contractor to submit a schedule of coefficients that will be applied toward the price of the items.� Task orders will be on a Firm-Fixed Price (FFP) basis with a task order minimum of $2,000 and a task order maximum of $2,000,000.� 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. This contract will provide Type/Category III and IV construction, alteration, and repair at Naval Installations. Type III and IV designates less complex construction that could receive a building permit without a licensed Professional Engineer or Registered Architect seal.� Work ordered under this contract will not require the Contractor to provide design and/or engineering services but will occasionally require incidental engineering and/or non-professional engineering design. The Contractor may be required to provide narratives, sketches, material catalog cuts and quantity take-off with each Task Order proposal to ensure common understanding. The selected contractor will receive requirement packages and, through interface with Government personnel and the contracting community, jointly develop biddable, enforceable Scopes of Work.� Contract Performance Location: The majority of work will be at Naval Base Kitsap (NBK) � Bangor, Silverdale, WA; NBK � Bremerton, Bremerton, WA; NBK � Keyport, Keyport, WA; Naval Magazine Indian Island (NMII), Port Hadlock, WA; Manchester Fuel Dept, Manchester WA; �Naval Station (NAVSTA) Everett, Everett, WA; and Naval Air Station (NAS) Whidbey Island, Oak Harbor, WA. The remaining work will be at outlying facilities within the NAVFAC Northwest Area of Responsibility (AOR) including but not limited to Zelatched Point, Quilcene, WA; Ediz Hook Coast Guard Station, Port Angeles, WA and various locations in Alaska. AWARD INFORMATION:� Proposers will be evaluated on: Factor 1: Technical Approach; Factor 2: Experience; Factor 3: Past Performance; Factor 4: Safety; and Price.�� The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; and award to the proposer submitting the proposal determined by the Government to be the most advantageous Lowest Priced Technically Acceptable offer (best value) to the Government.� Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS.� Therefore, proposals should be submitted initially on the most favorable terms.� ADDITIONAL INFORMATION.� This procurement will consist of one (1) 2-year Base Period and the opportunity for one (1) 3-year Option Period for a maximum duration of five (5) years, or a total aggregate value not-to-exceed $99M for all Task Orders awarded, whichever occurs first. The government guarantees an award amount of $5,000 as a result of this solicitation over the full term of the contract. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY.� NO HARD COPIES WILL BE PROVIDED.� The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://wawf.eb.mil/. Amendments will be posted on the website.� This will be the only method of amendment distribution; therefore, it is the OFFERORS� RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION.� Prospective offerors MUST register themselves on the website. Training and instructions on how to submit your proposal are available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement. All inquiries should be submitted to Ms. Cynthia Elmstrom via email at cynthia.m.elmstrom.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9b195cc590d4a8ea8148131d76367bb/view)
- Place of Performance
- Address: Silverdale, WA, USA
- Country: USA
- Country: USA
- Record
- SN07160217-F 20240809/240807230118 (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 |