SOLICITATION NOTICE
Z -- IDIQ Job Order Contract (JOC), Various Locations (Blue IPT), NAVFAC Washington
- Notice Date
- 3/2/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- ZIP Code
- 00000
- Solicitation Number
- N4008013R0001
- Archive Date
- 5/31/2012
- Point of Contact
- Allison Silver 202-685-3162
- E-Mail Address
-
allison.silver@navy.mil
(allison.silver@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Proposed contract action is for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC), Naval Facilities Engineering Command (NAVFAC) Washington, Blue IPT (USNA, Patuxent River, South Potomac). Procurement Method: Full and Open Competition after Exclusion of Sources. In accordance with FAR 6.203, this procurement will be set-aside for 8(a) contractors. The NAICS Code for this procurement is 236220 and the annual size standard is $33.5 Million. The contract term will be a base period of one year plus four option years for a total contract value of $97,500,000. Task orders will range from between $2,000 and $750,000 each. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This contract will replace a contract for similar services awarded in 2008 for $20 Million maximum value per year. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. The proposed contract is limited to qualifying 8(a) firms in the geographical area serviced by the Washington Metropolitan Area District Office of the Small Business Administration. The Government will not consider offers from other than 8(a) firms or from 8(a) firms outside of the Washington Metropolitan Area District Office of the Small Business Administration. 8(a) firms that are not serviced by the Washington Metropolitan Area District Office of the Small Business Administration, but have a bona fide place of business (as defined by SBA) within the geographic area served by the Washington Metropolitan Area District Office of the Small Business Administration are also eligible to submit offers. An 8(a) firm not serviced by the Washington Metropolitan Area District Office of the Small Business Administration must consult its servicing District Office regarding the establishment of a bona fide place of business or status of a previously established bona fide place of business. All other firms are deemed ineligible to submit offers. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. The anticipated date of Solicitation issuance is on or about 28 March 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008013R0001/listing.html)
- Record
- SN02688423-W 20120304/120302235404-8f27ff6520fad323aadb3e6f71462f33 (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 |