Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2014 FBO #4486
SOLICITATION NOTICE

Y -- SDVOSB SET-ASIDE IDIQ JOC FOR SPECIALTY TRADE WORK, METRO SAN DIEGO

Notice Date
3/5/2014
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, California, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N6247314R0015
 
Archive Date
5/7/2014
 
Point of Contact
Bradley E. Crawford, Phone: 6195322439
 
E-Mail Address
bradley.crawford@navy.mil
(bradley.crawford@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement is for a Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) and is being advertised as a 100% set-aside for Service-Disabled Veteran Owned Small Business concerns (FAR 52.219-27). The best value continuum source selection process to be used for this acquisition is the lowest price technically acceptable (LPTA) process as described in FAR 15.101-2 with the intent to award a single contract to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in the solicitation. It is the intention of this solicitation to secure specialty trade work as defined under NAICS 238990 (annual size standard $14.0 million) at various locations in the Metro San Diego area by means of awarding an indefinite-quantity contract at pre-determined unit prices and bid price coefficient, effective for a base period of twelve (12) months. Types of projects include, but are not limited to, electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation. The contract also provides for additional option periods, for a total contract period of sixty (60) months to be exercised at the discretion of the Government. Delivery or performance periods shall be specified in individual task orders issued hereunder. The estimated maximum dollar value, including the base year and all options, is $30,000,000. Task orders will range between $2,000 and $500,000. Task orders may fall below or above this limit; however, the contractor is 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 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; however, during the term of the contract a minimum of $5,000 is guaranteed to be ordered from the contractor under the performance period of the contract. The contractor is not guaranteed work in excess of the minimum guarantee. The government intends to evaluate proposals and award a single contract without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Experience, Factor 2 - Past Performance, Factor 3 - Safety, and Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award will be made on the basis of the lowest evaluated price of the proposal meeting or exceeding the acceptability standards for the non-price factors. No site visit will be held and no formal pre-proposal conference will be conducted. THE SOLICITATION AND ANY PRE-PROPOSAL PRESENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP and any pre-proposal presentation will be posted on Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about March 20, 2014. No hard copies will be provided. Any pre-proposal presentation will be uploaded for viewing as an attachment to the RFP. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247314R0015/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, California, 92132, United States
Zip Code: 92132
 
Record
SN03303064-W 20140307/140305234823-21d72fc7f19aa8d06a2a5e20ff7f9315 (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.