Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR RENOVATION, REPAIR, AND NEW CONSTRUCTION, OF MEDICAL FACILITY CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, NM, WA, AND HI

Notice Date
9/20/2021 12:48:34 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-21-R-1411
 
Response Due
10/5/2021 11:00:00 AM
 
Archive Date
10/20/2021
 
Point of Contact
Mica C. Paulson, Anna Kurzeja
 
E-Mail Address
mica.c.paulson.civ@us.navy.mil, anna.s.kurzeja.civ@us.navy.mil
(mica.c.paulson.civ@us.navy.mil, anna.s.kurzeja.civ@us.navy.mil)
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible Offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. Price evaluation preference will be given to HUBZone firms, in accordance with FAR 52.219-4. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or a properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm-fixed-price basis. The work to be acquired under this solicitation is for renovation, repair and new construction by design-build or design-bid-build of Medical Treatment Facilities at various locations within the NAVFAC Southwest area of responsibility including, but not limited to, California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii. However, it is anticipated that the majority of the work will be performed in Southern California.� The work will be for the design, construction, supervision, equipment, material, labor, and all means necessary for renovation, repair, and new construction of medical treatment facility construction projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $36.5 million.� The basic contract period will be for 24 months.� Each contract contains two (2) 36-month options for a total maximum duration of 96 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $1,000,000,000.� Task orders will range between $15,000,000 and $1,000,000,000.� Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract.� 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, however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract.� Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 � Construction Experience, and Factor 3 - Past Performance; Phase Two:� Factor 4 - Safety; Factor 5 - Technical Solution, Factor 6 - Small Business Participation, and Factor 7 - Price (based on Proposed Task Order 0001).� Source Selection procedures will be used, and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered.� No site visit will be held and no pre-proposal conference will be conducted. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the SAM.gov website at https://sam.gov under Contract Opportunities on or about October 5, 2021. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR THE SOLICITATION ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b168ce009cbf44da818e027b15c0bad9/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN06138407-F 20210922/210920230116 (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.