SOLICITATION NOTICE
Z -- Service-Disabled, Veteran Owned Small Business (SDVOSB), Indefinite-Delivery, Indefinite-Quantity, Multiple Award Construction Contract for General Construction Projects primarily in the Hampton Roads Area of Responsibility (HR AOR), Virginia
- Notice Date
- 5/10/2021 11:16:43 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N40085-20-R-0023
- Response Due
- 5/25/2021 1:30:00 PM
- Archive Date
- 06/09/2021
- Point of Contact
- Jonathan M. Durham, Phone: 757-341-1667
- E-Mail Address
-
jonathan.durham1@navy.mil
(jonathan.durham1@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential offerors of Service-Disabled, Veteran Owned Small Business (SDVOSB), Indefinite-Delivery, Indefinite-Quantity, Multiple Award Construction Contract for General Construction Projects Primarily in the Hampton Roads Area of Responsibility (HR AOR), Virginia. This project will require the ability to manage multiple task orders concurrently across the Hampton Roads AOR. �The work includes, but is not limited to, demolition, repair, replacement, modification, new construction, and renovation of buildings, systems and infrastructure for various facilities.� Types of facilities may include, but are not limited to, administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, and roads.� Incidental work with specialty trades includes Mechanical/Electrical/Plumbing (MEP) systems including Heating Ventilating and Air Conditioning (HVAC) systems, boilers, high pressure steam distribution, electrical distribution, motors, generators, potable water distribution, sanitary sewer, storm water control, communications, and removal and disposal of asbestos or lead contaminated materials. It is anticipated that six (6) contracts will be awarded as a result of this potential solicitation.� The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods.� The total five-year (base and four one-year options) estimated construction cost for all contracts will be not exceed $249,000,000 for the life of the contract.� Projects awarded on this MACC will have an estimated construction cost of approximately $2,500,000 to $7,000,000; however, smaller and larger dollar value projects may be considered.� Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at: http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation.� This solicitation will be advertised as a ""Service-Disabled Veteran Owned Small Business"" set-aside. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, Tradeoff.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� The appropriate North American Industry Classification System (NAICS) Code for this project is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $39,500,000.� Offerors will be required to submit with their proposal a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis Bacon Act (DBA)) work. On 03 November 2020, the NAVFAC MIDLANT Deputy for Small Business approved a DD2579 Small Business Coordination Record recommending Service-Disabled Veteran-Owned Small Businesses set-aside procurement. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 25 May 2021. The solicitation number will be N40085-20-R-0023 on the Beta.Sam.Gov website at https://beta.sam.gov/. Ensure that you register with the site so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest.� Primary POC: Jonathan Durham, (757) 341-1667, Email: jonathan.durham1@navy.mil. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://beta.sam.gov/
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/79e53ae371fc4ddc901b2c786516edf7/view)
- Place of Performance
- Address: Norfolk, VA 23515, USA
- Zip Code: 23515
- Country: USA
- Zip Code: 23515
- Record
- SN05996856-F 20210512/210511201421 (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 |