Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract for Physical Security/ Access Control

Notice Date
12/13/2019 8:32:14 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
N3943020R2201
 
Response Due
1/31/2019 4:00:00 PM
 
Archive Date
02/15/2019
 
Point of Contact
Melissa Izarelli, Phone: 8059825605, Sal Vargas, Phone: 8059822565
 
E-Mail Address
melissa.izarelli@navy.mil, salvador.r.vargas1@navy.mil
(melissa.izarelli@navy.mil, salvador.r.vargas1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Facilities (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC) Port Hueneme, intends to issue a Request for Proposal (RFP) under the solicitation number N3943020R2201 for a Multiple Award Construction Contract (MACC) for Physical Security/ Access Control (PS/AC) system construction at various locations worldwide. The closing date for receipt of proposal will be indicated on the solicitation. This acquisition will be solicited as a Total Small Business set aside with a reserve for Women Owned Small Business. The North American Industry Classification System (NAICS) is 237990 with a small business size standard of $39.5 million.The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) Multiple Award Construction Contract (MACC).The maximum value of all of the orders that may be place during all of the ordering periods under all of the contracts awarded hereunder is $99,000,000. The minimum guaranteed amount is $10,000 to each contractor for the life of the contract or award of the seed task order. The purpose of this PS/AC MACC is to provide design, procurement, integration, installation, technology refreshment, testing, and initial training for PS/AC systems to include hardware, firmware and associated software at Navy shore installations worldwide, including joint bases assigned to the Navy. The specific types of PS/AC Systems covered in this contract include, but are not limited to, Automated Vehicle Gates (AVGs), Automated Pedestrian Turnstiles (APTs), Architectural Barriers Act (ABA) Gates, Enclaves, Active Vehicle Barriers (AVBs), Electronic Security Systems (ESSs) and Physical Security Information Management (PSIM) Systems. The work meets the definition of construction in FAR section 2.101. The majority of the work meets the definition of construction in OPNAVINST 11010.20H, Chapter 3, Paragraph 2(a)(1). The Government anticipates award to approximately three (3) to five (5) IDIQ contracts under the MACC with one (1) of the contracts reserved for a Women Owned Small Business. The task orders will be FFP with values ranging from $2,000 to $6,000,000. Task orders under this IDIQ MACC will be solicited using fair opportunity to all awardees, except for circumstances stated in the solicitation.The contract will have an ordering period of sixty (60) months and will include an extension of services period of no more than six (6) months, for a maximum contract ordering period of sixty six (66) months.This contract will replace the previous contract for similar services awarded on 21 May 2013. The previous PS/AC MACC was a FFP and included a base year and two option years with a cumulative not to exceed amount of $99,000,000. The ordering period for the third and final option year ended 20 May 2016. Information about the previous contract and the awardees (e.g., value of contracts, frim names, addresses, etc.) will be included in the solicitation package. The solicitation will utilize the Two Phase Design-Build procedures of FAR subpart 36.3 and the source selection procedures in accordance with FAR part 15 (Best Value/ Tradeoff process), which requires offerors to submit a Technical Approach, Experience, and Past Performance for Phase One (1); and Technical Solution, Safety, and Price for Phase Two(2).Offerors that are invited to submit Phase Two (2) proposals will be required to submit a bid bond the lesser amount of $3,000,000 or 20% of the proposed price for the Technical Solution (seed task order). To be eligible to receive an award, firms must demonstrate a minimum aggregate bonding capacity of $10,000,000 to allow for the management of multiple, concurrent projects.When issued, the solicitation and attachments will be available via the Internet World Wide Web at https://beta.sam.gov/ under Contract Opportunities pre-solicitation notice N3943020R2201. There will be no paper copies of the solicitation issued. Amendments will be posted on the Beta.Sam Contract Opportunities website.This will be the only method of distribution; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Offerors must be registered in System for Award Management (SAM) at https://beta.sam.gov/ in order to receive an award under this procurement. All questions concerning this solicitation shall be addressed to: Melissa Izarelli via email at Melissa.izarelli@navy.mil. Secondary Point of Contact is Salvador Vargas at salvador.r.vargas1@navy.mil.A pre-proposal conference and a site visit for the seed task order will be held at 8:00 A.M (EST) Wednesday 08 January 2020, at 12217 Science Drive, Orlando Florida 32826. Visit details are as follows:8:00 A.M (EST) Meet at Visitor Center at 12217 Science Drive, Orlando, Florida 328269:00 A.M. (EST) Go to Bldg. 1, Second Floor PWO conference for pre-proposal conference10:00 A.M. (EST) Walk to gate area for site visit surveyDue to the size of the conference room, firms are limited to two attendees per prime contractor (including subcontractors) for the pre-proposal conference and site visit: No exceptions. All visitors will have escorted access unless they have a valid Common Access Card (CAC). All attendees are required to provide the following information by 30 Dec 2019 to ensure adequate processing time for site visit requests. Personal Protective Equipment (PPE) is not required for the site visit. Photography by contractors is not allowed. Photo requests may be made during the site-walk. Photos will be taken and provided by the Government. No one will be allowed on the base without submitting this information:Visitor Name:Company Name:Prime Contractor Name:Date(s) of Visit: 08 January 2020Citizenship:Reason for Visit: Pre-Proposal Conference/Site Visit N3943020R2201Common Access Card (CAC) holder status: Yes/NoQuestions and Answers and the site visit attendee list will be posted via amendment to the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/daad3abb50c74091829995398d73ace5/view)
 
Record
SN05516489-F 20191215/191213230258 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.