SOLICITATION NOTICE
Y -- Design Build/Design Bid Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract, within NAVFAC Hawaii�s Area of Responsibility
- Notice Date
- 5/6/2020 1:07:40 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478-20-R-4043
- Response Due
- 5/21/2020 1:00:00 PM
- Archive Date
- 06/05/2020
- Point of Contact
- Samantha Clark, Phone: 8084748208, Shari N Lillie, Phone: 8084711562, Fax: 8084743387
- E-Mail Address
-
samantha.e.clark@navy.mil, shari.lillie@navy.mil
(samantha.e.clark@navy.mil, shari.lillie@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Design Build/Design Bid Build Service Disabled Veteran Owned Small Business (SDVOSB) Multiple Award Construction Contract (MACC), within the NAVFAC Hawaii area of responsibility.� The work includes, but is not limited to the following: Labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on Design-Build or Design-Bid-Build (Full Plans and Specifications) for infrastructure within the State of Hawaii.�Infrastructure� is defined as 1) residential building construction for single family and/or multi-family housing; 2) construction for industrial buildings and warehouses; 3) nonresidential buildings, other than industrial buildings and warehouses; or 4) improvements such as utilities, landscaping, airfields and roadways.� The areas of consideration will include, but not be limited to, Navy, Marine Corps and Air Force, and miscellaneous Federal and other facilities within NAVFAC Hawaii's Area of Responsibility. Task orders will be issued for the work that may require design and construction services.� In support of the Design-Build work, the Contractor shall employ the services of an architect/engineering professional firm experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The North American Industry Classification System (NAICS) Code for this procurement is 236220 and the annual size standard is $39.5 million.� The contract term will be a base period of one year plus four option periods.� The total term of the contract, including all options, will not exceed 60 months. The proposed contract listed here is 100 percent limited to SDVOSB firms.� The Government will not consider offers from other than SDVOSB firms.� 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 the contract to the offerors submitting the lowest price technically acceptable proposals.� The evaluation factors are Corporate Experience, Safety, Past Performance, and Price. �The Price proposal will consist of lump sum pricing for a Seed Project.� �� This procurement consists of one solicitation with the intent of awarding a minimum of three 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 total maximum dollar value of this acquisition is $98,000,000 over the life of the contracts or 60 months, whichever occurs first.� The task order minimum and maximum order limitation will be established at $500,000.00 and $5,000,000.00, respectively. 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.� Offerors must be registered with the System for Award Management (SAM) in order to receive a Government contract award.� To register, the SAM Internet address is https://www.sam.gov/SAM/. It is anticipated that the solicitation will be issued on or around early June 2020.� The solicitation will be available in the electronic format only.� Offerors can view and/or download the solicitation at https://beta.sam.gov/ when it becomes available.� No hard copies will be provided. �It is the contractor�s responsibility to check the websites daily for any amendments to this solicitation. �All interested offerors shall register at the website.� No notice of solicitation activity will be provided to interested offerors.� Proposal receipt date is approximate.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8d3d8c5d025d42989657c5ab1e52d62a/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN05647998-F 20200508/200506230201 (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 |