Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

Y -- 8(a) Basic Ordering Agreement (BOA) for San Diego, Los Angeles, Santa Ana, CA and Phoenix, AZ SBA Districts

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310RSBOA
 
Response Due
1/15/2010
 
Archive Date
2/1/2010
 
Point of Contact
Redna Martinez 619-532-3779 Redna Martinez, Contract Specialist, 619-532-3779
 
E-Mail Address
redna.martinez@navy.mil
(redna.martinez@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Naval Facilities Engineering Command Southwest (NAVFAC SW) is establishing a Southern California and Arizona 8(a) Basic Ordering Agreement (BOA) and a Northern California and Nevada 8(a) BOA. This solicitation is for the Southern CA & AZ BOA only. NAVFAC SW is seeking Small Business Administration (SBA) certified 8(a) "Developmental Stage" (first four years of the 8(a) program) construction firms with a bona fide place of business in one of four SBA Districts (San Diego, Santa Ana, Los Angeles, CA and Phoenix, AZ) to participate in this BOA program. The Navy is targeting the issuance of an indeterminate number of BOAs. Previous BOA holders must reapply and meet all stated requirements of this announcement. NAVFAC SW plans to advertise the Northern CA & NV BOA on or about 15 Feb 2010. The Northern CA & NV BOA pertains to construction firms with a bona fide place of business in one of four SBA Districts (Fresno, Sacramento, San Francisco, CA and Las Vegas, NV). Firms who qualify and have a bona fide office in both a Southern CA or AZ SBA district and a Northern CA or NV SBA district can participate in both the Southern CA & AZ BOA and the Northern CA & NV BOA. Firms will be required to apply for both BOAs separately. The BOA is a five-year (base and 4 one-year options) program in coordination with the Small Business Administration for Developmental Stage 8(a) firms. The purpose of the BOA is to enhance contracting opportunities to qualified 8(a) Developmental Stage construction firms that are located in one of the four specified SBA Districts. The BOA is not a contract, but a written instrument of understanding negotiated between the Naval Facilities Engineering Command Southwest and the 8(a) firm to facilitate the expeditious acquisition of covered services, if and when ordered. The BOA provides a framework of contract clauses, provisions, certifications, terms, and conditions which will apply, to the extent referenced therein and according to the dollar amount of each order, to any firm order for services issued pursuant to the agreement. Each order issued under this BOA shall constitute a separate contract. Under the BOA, firms with an applicable NAICS code compete on task orders for requirements within the designated SBA District where the work is to be performed. If adequate competition cannot be obtained within the designated SBA District, the Government, upon SBA concurrence, reserves the right to open the area of competition to include BOA holders in adjacent districts. The anticipated types of construction may include emergency repairs (broken and leaking water lines, roof leaks, HVAC, and other mechanical projects), minor construction projects (exterior and interior renovations, demolition, painting, and installing pipelines), and design assistance (on-site design solution for emergency calls and design/build services for minor construction items). Only NAICS Subsectors 236, 237, and 238 pertain to this BOA. Each firm will identify their primary NAICS code and a secondary NAICS code (if applicable). There is no guaranteed minimum dollar amount or volume of work that will be ordered under the agreement; however, there is a maximum dollar amount of $3,500,000 per firm, per year. Any unused capacity in one year will not be carried over to the subsequent years. Individual task orders will range between $2,000 and $1,000,000. The Contractor will be required to furnish a Bid Bond or Surety Letter (as applicable) with each proposal over $30,000 with Performance and Payment Bonds required on each order. Annually the Navy and the SBA will review the continued need for this agreement in light of a) usefulness and need for service and b) the effectiveness of individual contractors. The Contracting Officer will open/advertise the BOA program through the Federal Business Opportunities website (http://www.fbo.gov) for new entrants once a year for each region. Task orders will not be advertised. Options will not be exercised for firms that do not continue to meet all BOA requirements and will be removed accordingly. No new orders will be issued to the Contractor and this agreement will terminate. Termination of the BOA under these circumstances shall have no effect on any orders previously issued. The BOA can only be changed by modification of the agreement itself and not by individual orders issued hereunder. Modification of the BOA shall not retroactively affect orders issued prior to the time of the modification. This agreement may be cancelled by either party by mailing or otherwise transmitting 30 days prior written notice to the other party. Any such cancellation shall have no effect on any orders issued prior to the effective date of the cancellation, which shall be 30 days from the date of mailing or otherwise transmitting the written notice of cancellation. Prior to the effective date of cancellation, the Navy may continue to place orders under the BOA. Firms that demonstrate that they meet the following qualifications will receive a BOA. Upon submission of the following information, the Government will review the documents and the firm will be determined to be either eligible or ineligible. To qualify for receipt of a BOA, each firm must meet all the following criteria: (1) Be a certified 8(a) Developmental Stage participant (Joint Venture/Mentor Protg firms are not allowed) prior to the submission date of January 15, 2010; have a bona fide place of business in one of four SBA Districts (San Diego, Santa Ana, Los Angeles, CA or Phoenix, AZ); (2) Be registered in the DoD Central Contractor Registration (CC! R) database at http://www.ccr.gov/, including the new SBA Dynamic Small Business Listing; Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/; and VETS-100 at https://vets100.vets.dol.gov/ (if not applicable, provide a statement that the firm has not had contracts subject to this requirement); (3) Be licensed/bonded and fully capable to perform construction work within a range of $2,000 - $1,000,000; and (4) Demonstrate technical experience/past performance (including safety) of similar size, general scope, and complexity of construction project(s) under NAICS Subsectors 236, 237, and/or 238 within the last three years. TO BE CONSIDERED, INTERESTED FIRMS MUST DOWNLOAD AND USE THE CHECKLIST FROM THIS WEBSITE TO ENSURE ALL INFORMATION IS PROVIDED. Please submit your package to NAVFAC Southwest, Attn: Redna Martinez, Code RAQ20.RM, 1220 Pacific Highway, San Diego, CA 92132, or via email to redna.martinez@navy.mil not later than 2:00 PM Pacific time on January 15, 2010. EARLY SUBMISSIONS ARE ENCOURAGED. Late submissions will not be considered. It is the offeror's responsibility to check the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil/ for any revisions to this announcement or other notices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247310RSBOA/listing.html)
 
Record
SN02001366-W 20091112/091110235045-534f5dd318089dced7b2b4a7a8802c1c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.