Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

Y -- HUBZONE SB II SET-ASIDE MACC, FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF COMMERCIAL AND INSTITUTIONAL FACILITIES

Notice Date
1/13/2020 9:36:11 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247319R2436
 
Response Due
2/11/2020 2:00:00 PM
 
Archive Date
11/30/2020
 
Point of Contact
Kenneth D Redmond, Phone: 6195321669
 
E-Mail Address
kenneth.redmond@navy.mil
(kenneth.redmond@navy.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
This procurement is for a multiple award construction contract (MACC) and is restricted to HUBZone Small Business Concerns.� All Offerors being evaluated will be considered equal.� No preferences will be given. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and other factors considered.� This is an IDIQ contract with no pre-established fixed contract prices.� The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor.� Award of task orders will be on a firm fixed price basis.� The work to be acquired under this solicitation is for new construction, repair, and renovation by design-build or design-bid-build of commercial and institutional facilities at various government installations within the NAVFAC Southwest area of responsibility including, but not limited to: California, Arizona, Nevada, Utah, Colorado, and New Mexico.� The work will be for Commercial and Institutional Facilities and types of projects may include, but are not limited to: airport building, office/administrative building, communications facility, vehicle maintenance facility, armories, parking garage (paved parking lots will not be considered relevant), barracks facility, prison facility, fire station, religious building, hotel, dining facility, hospital/ medical facilities, warehouse facility, school facility, and/or retail facility.� The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $39.5 million.� The base contract period will be for two (2) years.� Each contract contains one (1), three (3) year option for a total maximum duration of 5 years. The estimated maximum dollar value, including the base period and option for all contracts combined is $495,000,000.� Task orders will range between $3,000,000 and $9,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract.� 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.� Contractors are not guaranteed work in excess of the minimum guarantee.� The Government intends to evaluate proposals and award contract(s) without discussions.� Selection for award will be based on evaluation of the following:� Phase One:� Factor 1 - Technical Approach, Factor 2 - Experience, and Factor 3 - Past Performance; Factor 4 - Safety; Phase Two:� Factor 5 - Technical Solution, Factor 6 - Price - Based on Proposed Task Order 0001.� Source Selection procedures will be used, and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered.� No site visit will be held and no pre-proposal conference will be conducted.� ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6103a105cb30489f9e1ce874cbc76ed1/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN05533039-F 20200115/200113230259 (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  © 1994-2020, Loren Data Corp.