Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOLICITATION NOTICE

Y -- Design-Build Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract for Naval Facilities Engineering Systems Command Southeast

Notice Date
5/11/2021 11:04:46 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-21-R-0045
 
Response Due
5/19/2021 12:00:00 PM
 
Archive Date
06/03/2021
 
Point of Contact
Dennis P Bourgault, Phone: 9045426686, Cynthia Ortiz, Phone: 9045426669
 
E-Mail Address
dennis.bourgault@navy.mil, cynthia.ortiz3@navy.mil
(dennis.bourgault@navy.mil, cynthia.ortiz3@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) in Jacksonville, Florida, hereby solicits proposals to�award a Design-Build, Firm-Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the Corpus Christi and Kingsville, Texas Area. This requirement was previously fulfilled by a MACC set-aside for Small Business Administration (SBA) 8(a) program participant firms located within the geographical area services by Lower Rio Grande Vally District Office (LRGVDO) and other 8(a) construction firms with a bona fide place of business within the LRGVDO geographical competitive area, and the assigned NAICS code. If a requirement has been accepted by the SBA under the 8(a) Program, it must remain in the Program unless released by the SBA. (See FAR 19.203(c), 19.815). Market research confirmed the requirement should stay within the 8(a) Program. A Sources Sought Notice was posted under Notice ID N6945021CCKTX on 09 November 2020, requesting small business industry interest and Capability Statements. Based on responses from the Notice, it has been determined that competition will be limited to Small Business Administration (SBA) 8(a) Program participant firms, subject to the geographical limitations determined by the SBA, as noted below. The NAVFAC SE Small Business Office concurs with this set-aside determination. Accordingly, this solicitation is a competitive 8(a) Program set-aside for firms with the specialized experience and qualifications required by the solicitation. In addition, the SBA has determined that the solicitation shall be compted among only those 8(a) Participants having a bona fide place of business within the geographical boundaries of the State of Texas. All other 8(a) Participants are ineligible for participation. The NAICS code for this IDIQ MACC solicitation is 236220 � Commercial and Institutional Building Construction, with a corresponding size standard of $39.5M. � This solicitation will result in the award of approximately five (5) separate FFP IDIQ MACC awards in the Corpus Christi and Kingsville, Texas�Area. The Source Selection Authority may determine that a number greater or less than five offerors is in the Government�s interest. Each contract will include a five-year ordering period, for a maximum of sixty (60) months, or an aggregate maximum value of $99,000,000 for all contracts, whichever comes first. There is no yearly or per-contractor limit except for the total five (5) year maximum of $99,000,000. The minimum guarantee for each contract will be $1,000, over the five (5) year period. This solicitation is formatted as a Request for Proposal (RFP) for a negotiated procurement in accordance with FAR Part 15. The source selection process to be used is a two-phase Best Value Trade-Off Approach. Projects (Task Orders) for this contract will primarily consist of consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities for the Corpus Christi and Kingsville areas managed by NAVFAC SE. Individual project task orders will be phased with independent completion dates and liquidated damages. Task orders will be FFP, normally in the range of $250,000 to $6,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government's best interest and approved by the NAVFAC SE Chief of Contracts. The seed project for this solicitation will be determined in Phase 2 of the source selection process and only those firms selected during Phase 1 will be eligible to participate in Phase 2. Offerors selected to proceed to Phase 2 will be required to submit a technical and price proposal for a seed project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ under the MACC for a five (5) year ordering period and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ under the MACC for a five (5) year ordering period with a minimum guarantee of $1,000.00 over the five (5) year period. A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase-Two (exact date�and time will be specified in the Phase-Two solicitation).� Offerors are responsible for checking the beta.SAM.gov website for the solicitation and any subsequent amendments�that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE�PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.beta.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7e27644ddd04329a634c8d55aa2d70a/view)
 
Place of Performance
Address: TX, USA
Country: USA
 
Record
SN05997989-F 20210513/210511230055 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.