Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
SOLICITATION NOTICE

Z -- Minor Construction Multiple Award Contract at the Naval Support Activity, Crane, Indiana

Notice Date
5/9/2016
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008516R2805
 
Response Due
6/23/2016
 
Archive Date
7/8/2016
 
Point of Contact
Carrie Grimard 812-854-6641 E-mail: carrie.grimard@navy.milAnnette Taylor, phone 812-854-2673 or e-mail: annette.taylor@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITE: https://www.neco.navy.mil/ The official planholders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFERORS RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Carrie Grimard via facsimile at 812-854-3800 or e-mail at carrie.grimard@navy.mil Provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform various construction, renovation, or repair projects ranging in size from $2,000.00 to approximately $600,000.00 at assorted buildings and structures at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility, Sullivan Indiana, by means of a multiple award indefinite delivery indefinite quantity contract. Work includes but is not limited to general construction, alteration, repair, demolition, and work performed by special trades. Lead or asbestos abatement may be required. Work in explosive facilities will be required. Larger projects will be issued as either fully designed or design-build projects. It is possible that projects at remote Military Reserve Centers within a 250 mile radius from NSAC Crane may be offered; however, a vast majority of the work will be at NSA Crane. Five (5) contracts will be awarded for this work. Each of the successful contractors will have an opportunity to submit a proposal and compete for task orders issued under the Minor Construction Multiple Award Contract. Prices will be fixed upon issuance of individual Task Orders. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor(s). All Contracts awarded under the Minor Construction Multiple Award Contract shall be for a 12-month base period, plus four 12-month option periods to be exercised at the Governments discretion. Each selected contractor will be given a one time guaranteed a minimum of $5,000.00. This guaranteed minimum will be deducted once the total value of orders issued to that contractor meets or exceeds $5,000.00. The total contract maximum is $30 million regardless of the number of contractors selected or the amount of work awarded to each contractor. The overall term of the Minor Construction Multiple Award Contract shall not exceed 60 months, or the total value of all awarded individual contracts shall not exceed $30 million, whichever comes first. Low Price Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Technical factors will be identified in the solicitation. Anticipate the solicitation will be released May 24, 2016 with proposal due a minimum of 30 calendar days after the solicitation is issued. The NAICS Code for this solicitation is 236210, Industrial Building Construction. The Small Business Size Standard is $36,500,000.00. A sources sought notice was posted on March 29, 2016 to determine availability and capability of businesses to perform the requirement. Based on market research results, the procurement will be solicited as a 100% Small Business Set Aside. NAVFAC Mid-Atlantic Office of Small Business Programs concurs with the determination to solicit as a 100% Small business Set-Aside procurement. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offeror must be registered in the System for Award Management (SAM) prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so. The web site is a Federal Government owned and operated FREE web site that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS. The web site is https://www.sam.gov. Registration on SAM is FREE, beware of websites charging for registration. This will be the only method for distributing solicitation documents and amendments. This solicitation will be available for viewing and downloading at the following web site: https://www.neco.navy.mil. The official plan holders list will be maintained and can be printed from the website only. Amendments will be posted to the website for viewing and downloading. It is the offerors responsibility to periodically check the website for amendments. All prospective offerors and plan rooms are strongly encouraged to register on the website. All contractual and technical questions shall be submitted to Carrie Grimard via email at carrie.grimard@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c47a04539faf51e848d82f1634f39cbd)
 
Place of Performance
Address: Naval Support Activity300 Highway 361, Bldg 2516, Crane, IN
Zip Code: 47522
 
Record
SN04109791-W 20160511/160509234202-c47a04539faf51e848d82f1634f39cbd (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.