Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2019 FBO #6433
SOLICITATION NOTICE

Z -- Design-Build/Design-Bid-Build Small Business Roofing Multiple Award Construction Contract (DB/DBB SB ROOFING MACC), Various Locations, State of Hawaii

Notice Date
7/3/2019
 
Notice Type
Synopsis
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
96860
 
Solicitation Number
N6247819R4039
 
Point of Contact
Robert.L.Wong1@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Design-Build/Design-Bid-Build Small Business Roofing Multiple Award Construction Contract (DB/DBB SB ROOFING MACC), Various Locations, State of Hawaii. This procurement is being advertised as a 100% small business set-aside and consists of one solicitation with the intent to award multiple Indefinite Delivery /Indefinite Quantity (IDIQ) type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The primary North American Industry Classification System (NAICS) Code for this procurement is 238160 and the annual size standard is $15 million average annual receipts over the last 3 fiscal years. The work includes, but is not limited to, labor, material, equipment, transportation, supervision (quality control and safety), fall protection, testing, inspections, certifications, guarantees and warranties necessary to perform reroofing, recovering, removal of existing roofing materials (including asbestos abatement for asbestos containing material), abatement of lead-based containing paint and lead-based contaminated materials along with other associated incidental work. Task orders for the work will be issued based on design-build or design-bid-build (full plans and specifications) methods. The Contractor shall perform all work necessary to complete the contract in a satisfactory and acceptable manner in compliance with Unified Facilities Criteria (UFC) 1-110-03 (Roofing) and UFC 1-110-04 (Roofing Maintenance and Repair) associated with construction, repairs, alterations and maintenance. For Design-build task orders, the Contractor shall also obtain professional Architectural-Engineering services (as necessary) for design and/or consultation in compliance with UFC 1-200-01 (General Building Requirements). The work is located on Department of Defense (DoD) installations within the State of Hawaii including, but not limited to, Joint Base Pearl Harbor-Hickam (JBPHH), Marine Corp Base Hawaii (MCBH), Camp Smith, Pacific Missile Range Facilities (PMRFs), and other Federal facilities in the NAVFAC Hawaii area of responsibility. The solicitation utilizes source selection procedures, which require Offerors to submit a technical and price proposal for evaluation by the Government. The basis of award is to award contracts to the Offerors submitting the lowest price technically acceptable proposals. The evaluation factors are anticipated to be: (a) Corporate Experience, (b) Safety, (c) Past Performance, and (d) Price. Price proposal will consist of lump sum pricing for a Seed Project. The contract period of performance is anticipated to consist of a one-year base period and four one-year option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $98,000,000. The minimum and maximum task order limitation will be established at $500,000 to $8,000,000, respectively, and will be competed among the contract awardees. 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 each awardee under the performance period of the contract. The minimum guarantee may be met by the issuance of a task order during the base period or option period(s). Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option period. It is anticipated that the solicitation will be issued on or around late July 2019. The solicitation will be available in electronic format only. The RFP will be posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov on or about late July 2019. No hard copies will be provided. It is the contractor ™s responsibility to check the websites daily for any amendments to this solicitation. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the websites listed above. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/SAM/. Offerors can view and/or download the solicitation at https://www.fbo.gov when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-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/spg/DON/NAVFAC/N62742PH/N6247819R4039/listing.html)
 
Place of Performance
Address: 400 Marshall Road, JBPHH, HI
Zip Code: 96860
Country: US
 
Record
SN05359749-F 20190705/190703230010 (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.