Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2019 FBO #6294
SOLICITATION NOTICE

Z -- IDIQ JOC UNDER NAICS 238220 FOR VARIOUS MILITARY INSTALLATIONS AND AREAS OF RESPONSIBILITY LOCATED IN SOUTHERN AND CENTRAL CALIFRONIA

Notice Date
2/14/2019
 
Notice Type
Synopsis
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACTS, FOCAS 1220 Pacific Highway San Diego, CA
 
ZIP Code
92132
 
Solicitation Number
N6247319R2602
 
Response Due
3/1/2019
 
Archive Date
3/16/2019
 
Point of Contact
SCOTT WITTRY 6195324693
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a competitive procurement for Woman Owned Small Business (WOSB) for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Job Order Contract (JOC) under NAICS 238220 for plumbing, heating, and air-conditioning projects at various Government facilities within the Naval Air Weapons Stations (NAWS) China Lake, Mountain Warfare Training Center (MWTC) Bridgeport, Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms, and Marine Corps Logistics Base Barstow (MCLB), Areas of Responsibility. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to new work, additions, alterations, maintenance, and repairs of real property. This acquisition is being restricted to WOSB and the assigned NAICS code. All other small business concerns are deemed ineligible to submit offers. In order to qualify as a WOSB contractor, companies must meet the requirements and steps listed at the SBA ™s webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/women-owned-small-business-federal-contracting-program and have current registration in the System for Award Management (SAM) database. This is a FFP/IDIQ pre-solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of two (2) years and one three (3) year option period, for a maximum total performance period of five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 238220 “ General Construction, with a corresponding small business size standard of $15.0 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $49,000,000. 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. Task order range will be $2,000 to $1,000,000. A seed project (Proposed Task Order 0001) is expected to be awarded as a result of this solicitation; however, the Government reserves the right not to issue a Task Order and/or to issue a Task Order for the $5,000 minimum guarantee in lieu of the Planned Task Order (PTO) 0001, if it ™s determined to be in the best interests of the Government. This acquisition will utilize the best value source selection process 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 with further discussions if appropriate. Selection for award will be based on evaluation of the following: FACTOR 1: ABILITY TO MANAGE MULTIPLE SIMULTANEOUS PROJECTS; FACTOR 2: EXPERIENCE; FACTOR 3: PAST PERFORMANCE; FACTOR 4: SAFETY; and FACTOR 5: PRICE “ Based on PTO #0001. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil on or around March 19, 2019. 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 NECO Internet website address listed above. No pre-proposal conference is planned at this time. If the decision is made to have such a conference, the appropriate information will be included in the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/31a9de677029fae6f5241d57a15cdc17)
 
Record
SN05222323-F 20190216/190214230009 (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.