SOLICITATION NOTICE
Z -- FFP IDIQ Pre-Solicitation for NAICS 238320, Painting and Wall Covering Contractors
- Notice Date
- 5/11/2015
- Notice Type
- Presolicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, FEAD MCAS CAMPEN PO Box 555229/Building 22101 Camp Pendleton, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247315R4405
- Point of Contact
- KRISTI BEARD 760-725-0782 Kristi.beard@navy.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- A Market Survey was conducted by Sources Sought Announcement on 9 October 2013 posted on NECO seeking availability and capability of qualified and eligible businesses in the Small Business Programs. As a result of the market research analysis, it was determined that there are at least two qualified (2) Socially Disadvantaged Veteran Owned Small Businesses (SDVOSB) to perform the type of work solicited. On 04 February 2014, the Small Business Program Office concurred with the following set-aside determination. This is a competitive procurement set-aside 100% for SDVOSB for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Construction contract for painting of interior and exterior facility surfaces at various locations aboard Marine Corps Base (MCB) and Marine Corps Air Station (MCAS) Camp Pendleton, Naval Weapons Station (NWS) Seal Beach, NWS Fallbrook and Norco, CA. This acquisition is being restricted to qualified SDVOSB firms. In order to qualify as a SDVOSB firm, companies must meet the requirements and steps listed at the SBA ™s webpage: https://www.sba.gov/sdvosb. This is a FFP IDIQ pre-solicitation notice for construction, labor, materials, equipment, testing, supervision, quality control, site safety, and management and other incidental work necessary to sustainment, restoration, and modernization of various types of facilities located on MCB Camp Pendleton, NWS Seal Beach, Fallbrook Detachment, and Norco, CA, to include painting of interior and exterior facility surfaces, painting of utilities, elastomeric metal roof restoration, and lead-based paint abatement, and other incidental work. The Contractor may be required to perform other incidental work such as minor repair and replacement of structural and non-structural building system components within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of twelve (12) months and four (4) one-year option periods, for a maximum total maximum period of (five) 5 years. The NAICS Code for this acquisition is 238320, Painting and Wall Covering Contractors, with a corresponding small business size standard of $15,000,000. The estimated maximum dollar value of this procurement, including the base year and all options is $10,000,000. Task Orders awarded from this contract will range between $2,000 and $750,000. 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 Lowest Price Technically Acceptable (LPTA) best value continuum source selection process as described in FAR 15.101-2 with the intent to award one (1) 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 if appropriate. Selection for award will be based on evaluation of the following: Factor 1 “Experience; Factor 2 “Past Performance; Factor 3 “Management Approach and Capabilities of the Offeror; Factor 4 “ Safety; and Non-Technical Factor - Price. 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. THE SOLICITATION AND ANY PRE-PROPOSAL PRESENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted to the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov on or around 27 May 2015. No CDs or 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 WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned websites. Plan holders lists will not be faxed and will be available only at the FEDBIZOPPS Internet website address listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N6247315R4405/listing.html)
- Record
- SN03727321-W 20150513/150511235439-c3f600d746558e1c32fdccc6cf6c9416 (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 |