Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity (IDIQ), under NAICS 237310 for paving work at various Government facilities within MWTC Bridgeport, MCAGCC 29 Palms, and MCLB Barstow, California

Notice Date
4/1/2020 3:05:35 PM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-20-R-0015
 
Response Due
4/10/2020 2:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Jason Grigson, Phone: 6195323790, Chad Slade, Phone: 6195324135
 
E-Mail Address
jason.grigson@navy.mil, chad.a.slade@navy.mil
(jason.grigson@navy.mil, chad.a.slade@navy.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a competitive procurement for Woman Owned Small Business (WOSB) for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), under NAICS 237310 for paving work at various Government facilities within MWTC Bridgeport, MCAGCC 29 Palms, MCLB Barstow and NAF El Centro, California under the Naval Facilities Engineering Command Southwest 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 installation, additions, alterations, maintenance, and repairs. This acquisition is being restricted to WOSB and 237310 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 with an initial two-year option followed by a final one-year period, for a maximum total performance period of five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 237310 � Highway, Street and Bridge Construction, with a corresponding small business size standard of $39.5 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $35,000,000. 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. The Government reserves the right to issue a Task Order for the $5,000 minimum guarantee in lieu of an actual seed project, 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 J-B-01 ELIN schedule. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to https://beta.sam.gov/help/contract-opportunities on or around December 18, 2019. IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned website. Plan holders lists will not be faxed and will be available only at 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad4c4254ce704b4387a423a497294514/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05607216-F 20200403/200401230144 (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.