Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2024 SAM #8384
SOLICITATION NOTICE

Y -- $10B Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii and Wake Island

Notice Date
11/8/2024 11:41:42 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-25-R-4057
 
Response Due
11/25/2024 7:00:00 AM
 
Archive Date
12/10/2024
 
Point of Contact
Jamie Inouye, Phone: 8084743783, Robert Wong, Phone: 8084713498
 
E-Mail Address
jamie.m.inouye.civ@us.navy.mil, robert.l.wong13.civ@us.navy.mil
(jamie.m.inouye.civ@us.navy.mil, robert.l.wong13.civ@us.navy.mil)
 
Description
$10B Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii and Wake Island. This procurement is unrestricted; the source selection will require both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple firm-fixed-price (FFP) IDIQ type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The work includes, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build (DB), or design-bid-build (DBB) (full plans and specifications) for waterfront, utilities, and industrial projects within the State of Hawaii and Wake Island. The customers will include, but are not limited to, Navy, Marine Corps, Air Force and miscellaneous Federal and other agencies. Task orders will be issued for the work that may require design and construction services. In support of the DB work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. Work may encounter hazardous materials. Follow National Pollutant Discharge Elimination System (NPDES) and Department of Army permit requirements and all applicable Federal, State and local environmental regulations. The basis of award is to award to the offerors whose proposals, conforming to the Request for Proposal (RFP), provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Technical approach, (2) Experience, (3) Past performance, (4) Safety, (5) Small business utilization and participation, and (6) Price. Price proposals will be FFP lump-sum pricing for a seed project. The combined non-cost/price factors will be approximately equal to price. The contract period of performance is anticipated to consist of a five-year base period and one three-year option period for a total maximum duration of eight years. The estimated aggregate maximum dollar value, including the base period and option period, is $10 Billion. The minimum and maximum task order limits will be $300 Million and $5 Billion, respectively. Task orders will be competed among the MACC awardees. Work authorized under this MACC will be ordered by the Government through issuance of a task order. The Government makes no representation to the number of task orders or actual amount of work to be ordered under this MACC; however, during the term of the contract, there will be a minimum guarantee of $3,000 per contractor. The minimum guarantee may be met by the issuance of a task order during either the base period or option period. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees that will be obligated for the option period. The solicitation will be available in electronic format only through the Procurement Integrated Enterprise Environment (PIEE). Prospective offerors MUST register on https://piee.eb.mil/ and request the �Proposal Manager� role to view and/or download the solicitation through the solicitation module. For technical support or questions, please contact PIEE at 866-618-5988 or open a help desk ticket with https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml. No hard copies of the solicitation will be provided and it is the offeror�s responsibility to check the PIEE website for the solicitation and any amendments. No other notice of solicitation activity will be provided to interested offerors. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Please note that registration can take up to ten business days to become active. For instructions on registering with SAM, please see the SAM website at https://www.SAM.gov/. This presolicitation notice does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fdbd66dfee1446f9bae2a4e068f486b6/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07260990-F 20241110/241108230102 (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.