SOLICITATION NOTICE
Y -- General Design-Bid-Build & Design Build HubZone Multiple Award Construction Contract for New Construction, Repair, and Renovation of Various Facilities at NAVFAC Washington Area
- Notice Date
- 10/17/2019
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street, Building 212, Washington Navy Yard, Washington, District of Columbia, 20374-5018, United States
- ZIP Code
- 20374-5018
- Solicitation Number
- N4008020R0007
- Point of Contact
- Biba Inoussa, Phone: 2026853282
- E-Mail Address
-
biba.inoussa@navy.mil
(biba.inoussa@navy.mil)
- Small Business Set-Aside
- HUBZone
- Description
- THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command (NAVFAC) Washington intends to issue a Request for Proposals (RFP) for a HUBZone Multiple Award Construction Contract (HUBZone MACC) for the NAVFAC Washington's area of responsibility. The anticipated requirement will be issued under RFP N40080-20-R-0007. The RFP is expected to be posted to Federal Business Opportunities (FBO) at www.fbo.gov websites in November 2019. The intent of this notice is to identify potential offerors for general design-bid-build construction type projects valued between $250,000 and $2,000,000 in the NAVFAC Washington's area of responsibility. The Contractors shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. The contracts will be for 12 months (base year) and one one-year option period. The estimated maximum value for all contracts combined is $99,000,000. This RFP is 100% set-aside for HUBZone Certified Small Business under the North American Industry Classification System (NAICS) Code 236220 with the annual size standard of $36.5M. Evaluation will be conducted utilizing the Best Value Source Selection (BVSS) Lowest Price Technically Acceptable (LPTA) process. The Government intends to award up to six (6) Multiple Award Construction Contracts (MACCs). The best value offeror will receive one of the MACC awards, as well as the initial/seed project. The remaining best value offerors selected will receive a MACC award that will include a minimum guarantee of $5,000. These MACC contracts will replace MACC contracts for similar services awarded in 2018. Below is a listing of the current contracts and the incumbent contractors. Requests under the Freedom of Information Act are not required for this information. N40080-18-D-0016 C.E.R, Inc. 1520 Caton Center Drive, Suite A P.O. Box 24228 Baltimore, MD 21227 N40080-18-D-0017 EGI HSU JV, LLC 507 N. Frederick Ave. Gaithersburg, MD 20877 N40080-18-D-0018 G-W Management Services, LLC 5010 Nicholson Lane, Suite 200 Rockville, MD 20852 N40080-18-D-0019 Huang-Gaghan JV 561-N General Washington Dr. Alexandria, VA 22312 N40080-18-D-0020 Kunj Construction Group 8500 Bell Creek Road, Suite 105 Mechanicsville, VA 23116 N40080-18-D-0021 Ocean Construction Services, Inc. 104 Aragona Blvd. Virginia Beach, VA 23462 The Government intends to post all notices/amendments related to this solicitation on the Federal Business Opportunities at www.fbo.gov. All interested firms must be registered on the FBO web sites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the Offeror to check the website daily for any updates/amendments. Prospective Offerors will have access to the solicitation at the FBO web sites by searching for solicitation number N4008020R0007 (no hyphens). Offerors are encouraged to check the FBO web sites frequently in order to be notified of any changes to this solicitation. All Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be considered for contract award. In order to register in SAM, Offerors must have a Dun and Bradstreet (DUNS) Number from http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code from http://www.dlis.dla.mil/Forms/Form_AC135.asp. It is highly encouraged for Offerors to begin the SAM registration process as early as possible. Point-of-contact for this Pre-Solicitation Notice: Ms. Biba Inoussa E-Mail: Biba.inoussa@navy.mil Telephone: (202) 685-3282
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008020R0007/listing.html)
- Place of Performance
- Address: Various NAVFAC Washington Area of Washington, D.C., Maryland and Virginia, 1314 Harwood Street SE, Bldg. 212, Washington, District of Columbia, 20374-5050, United States
- Zip Code: 20374-5050
- Zip Code: 20374-5050
- Record
- SN05476662-W 20191019/191017230620-0f59ed2b2cf9807bde67cb5386043a80 (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 |