Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

Z -- Z??IDIQ JOC for Various Construction Projects MCAS, Yuma AZ

Notice Date
11/25/2020 2:25:17 PM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247321R0005
 
Response Due
12/9/2020 3:00:00 PM
 
Archive Date
06/09/2021
 
Point of Contact
Adrienne Moore, Phone: 9282693694
 
E-Mail Address
adrienne.j.moore@navy.mil
(adrienne.j.moore@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Facilities Engineering Systems Command Southwest, Yuma, AZ, intends to issue a solicitation that will result in one (1) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) construction Job Order Contract (JOC).�� The purpose of this procurement is to obtain work that includes but is not limited to construction, alteration, and repair of real property (industrial, commercial) and utilities projects for FY 2021 through 2026. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The contract period of performance is anticipated to consist of a five year performance period, for a maximum quantity of 60 months, or a total aggregate maximum value of $10,000,000.00 whichever comes first. Task orders will typically range between $2,000 and $1,000,000, however, task orders above or below these amounts may be considered if deemed to be in the Governments best interest. Task orders will only require construction services. 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. The Contractor is not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated during the performance period. The scope of work is anticipated to encompass a wide variety of minor construction and repair tasks to provide real property repair and maintenance to include, but not limited to, the following areas: 1) General Contractor Services, including road repair; pavement repair; building renovation; roofing; excavation; emergency repairs; providing new finishes on the interior of buildings; water lines and gas line construction and repair; all utility repairs including sanitary sewer and storm drainage; fire protection repairs 2) Structural System Services, including carpentry; maintenance, repair and replacement services on floors, floor coverings, walls, wall coverings, window repairs and replacement; exterior systems such as roofs and gutters; structural brick work and stone and concrete masonry; sheet metal work; painting; demolition; concrete masonry; and welding; 3) Electrical Services (interior and exterior); 4) Plumbing Services; and 5) Heating, Ventilation, and Air Conditioning Services - heating, ventilating, and air conditioning (HVAC) repair and replacement. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. The contractor must be capable of managing simultaneous projects (up to 10+) for a broad range of maintenance, repair and minor construction work. This procurement will utilize Best Value Lowest Price Technically Acceptable (LPTA) Source Selection procedures, requiring the submission of both non-price and price proposals. A seed project may be identified with the solicitation. All future orders will be awarded using the procedures at FAR 15.1 and FAR 16.505. The solicitation will be a 100 percent competitive small business set aside under NAICS Code 238990 All Other Specialty Trade Contractors, with a Small Business Size Standard of $16.5M.� The solicitation as well as all notices/amendments related to the solicitation will be posted to the Contract Opportunities website at https://beta.sam.gov on or about 09 December 2021. All documents will be published on the Contract Opportunities website. Hard copies of the solicitation will not be provided.� Prospective offerors will have access to the solicitation at the Contract Opportunities website.� Offerors are encouraged to check the website frequently in order to be notified of any changes to the solicitation. All offerors must be registered in the System for Award Management (SAM) database (https://www.sam.gov) to be considered for award of any United States of America, Department of Defense contract.� In order to register in SAM, offerors must have a Dun and Bradstreet (DUNS) Number, located at http://fedgov.dnb.com/webform and a Commercial and Government Entity (CAGE) Code (U.S. firms).� The SAM requirement applies to all contract awards. It is highly encouraged for prospective offerors to begin the SAM registration process as early as possible.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a358dd1aad7243a9a4df9e0a3a1dfb7e/view)
 
Place of Performance
Address: Yuma, AZ 85369, USA
Zip Code: 85369
Country: USA
 
Record
SN05861223-F 20201127/201125230137 (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.