Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

Z -- N62473-10-R-5202, INDEFINITE DELIVERY INDEFINITE QUANTITY IDIQ) JOB ORDER CONTRACT (JOC) CONSTRUCTION CONTRACT FOR MARINE CORPS BASE (MCB) CAMP PENDLETON, AND NAVAL WEAPONS STATION (NWS), FALLBROOK ANNEX, CALIFORNIA

Notice Date
3/29/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAMP PENDLETON ROICC/CODE ROPCN MARINE CORPS BASE CAMP PENDLETON PO Box 555229/Building 22101 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310R5202
 
Point of Contact
WENDY DEVOE 760-736-2365 WENDY DEVOE, 760-763-8365 AND LINDA BIRNIE, 760-763-2065
 
Small Business Set-Aside
HUBZone
 
Description
This is a competitive procurement for Historically Underutilized Business Zone (HUBZone) for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for minor construction, addition, renovation, alteration and/or repair of various types of nonresidential buildings within the Marine Corps Base (MCB), Camp Pendleton and the Naval Ordnance Center (NOC) Fallbrook, California. This acquisition is being restricted to qualified HUBZone firms. In order to qualify a HUBZone firm must be on the List of Qualified HUBZone Small Business Concerns listed on the Small Business Administration's (SBA) website at http://www.sba.gov/hubzone. Furthermore, all HUBZone firms must be currently registered in the Central Contractor Registration (CCR) database and in good standing as a HUBZone program participant at the time proposals are due, as well as at the time of contract award. This is a fixed price IDIQ JOC for small to medium, multi-trade maintenance, repair, alteration and minor new construction. The work includes all labor, equipment, materials, transportation and supervision required to provide an indefinite quantity of miscellaneous construction, repairs and alteration work at predetermined wage, equipment and material costs, as well as related incidental work. The Contract term is for a base period of twelve (12) months and four (4) one-year option periods, for a maximum total period of sixty (60) months. The North American Industry Classification System (NAICS) Code for this acquisition is 236220, Commercial and Institutional Building Construction and the annual size standard is $33.5 million. The estimated maximum dollar value of this procurement, including the base year and all options is $30,000,000. Task Orders awarded from this contract will range between $3,000 and $1,000,000. Task Orders may fluctuate below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. There is a minimum guarantee of $5,000 during the performance period of the contract. This acquisition will utilize the best value source selection process with the intent to award one (1) IDIQ JOC contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award without further discussions. Selection for award will be based on evaluation of the following: Factor 1 - Experience and Qualifications of the Offeror; Factor 2 - Past Performance; Sub Factor 2.1 - Past Performance of the Offeror and the Offeror's Team and Sub Factor 2.2 - Past Performance Safety; Factor 3 - Management and Capabilities; and Factor 4 -Price. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted to the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov/ on or about April 1st, 2010. No CDs or hard copies will be provided. 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 websites'. Plan holders lists will not be faxed and will be available only at the FEDBIZOPPS Internet website address listed above. Receipt of proposals will be due on or about May 1st, 2010.In accordance with DFARS 252.204-7004, 'ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007)', prospective offerors must be registered in the CCR database prior to award. Offerors and contractors may obtain information on registration and annual requirements by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. Prospective contractors shall complete electronic Annual Representations and Certifications at the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov, as well as the required registration in the CCR database a prescribed per FAR 4.1102. A pre-proposal conference will be held approximately two weeks after the issuance of the RFP. Further information regarding the pre-proposal conference will be posted to NECO at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N6247310R5202/listing.html)
 
Place of Performance
Address: MARINE CORPS BASE (MCB) CAMP PENDLETON, AND NAVAL WEAPONS STATION (NWS), FALLBROOK ANNEX, CALIFORNIA, CAMP PENDLETON, CA
Zip Code: 92055
 
Record
SN02106195-W 20100331/100329235748-b9d529c2d31958aaee89ea497b97b4fa (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.