SOLICITATION NOTICE
Z -- Roofing Repairs & Replacements at the Naval Support Activity,Crane IN
- Notice Date
- 1/26/2022 1:29:51 PM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R2554
- Response Due
- 3/12/2022 11:00:00 AM
- Point of Contact
- Melissa Lynn Willis, Phone: 8128546864, Carrie Grimard, Phone: 8128546641, Fax: 8128543800
- E-Mail Address
-
melissa.willis1@navy.mil, carrie.grimard@navy.mil
(melissa.willis1@navy.mil, carrie.grimard@navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- RFP #N4008521R2554, ROOF REPAIRS & REPLACEMENTS AT NAVAL SUPPORT ACTIVITY (NSA), CRANE, INDIANA INDEFINITE DELIVERY REQUIREMENTS CONTRACT FOR ROOF REPAIRS AND REPLACEMENT NAVFACSYSCOM MID-ATLANTIC PWD CRANE NAVAL SUPPORT ACTIVITY CRANE, CRANE, IN THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING ON THE CONTRACT OPPORTUNITIES PAGE OF THE FOLLOWING WEBSITES: https://www.SAM.gov. The official plan holders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR�S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Melissa Willis via e-mail at melissa.l.willis4.civ@us.navy.mil. It is the Government�s intent to utilize the contract resulting from this solicitation to accomplish base wide Roof Repair and Replacement by means of an indefinite delivery requirements type contract awarded on a fixed unit priced basis. Work to be ordered via task orders will include locating, isolating, and repairing roof leaks; removal, repair and replacement of built-up, PVC, E.P.D.M. roofing systems, asphalt shingles, standing seam, transite roof panels, asbestos containing roofing materials, rolled roofing, felt, insulation, plywood decking, roof accessories to include flashing, gravel stops, drip edges, and gutters and downspouts; the application of roof coatings; the repair of joints and re-caulking; and incidental related work. Limited removal, repair and installation new EFIS siding and metal siding may also be required.� The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor. The proposed solicitation will contain provisions for a 12-month base period plus four (4) 12-month option periods, to be exercised at the Government�s discretion. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. � Under the terms of an indefinite delivery requirements type contract, the Government does not guarantee a minimum amount of services to be ordered. However, the Government is obligated to order from the Contractor, and no other source, all supplies or services of the type described in the contract which are contracted for during the contract term. Exceptions are work that may not have commenced, or is in process as a result of an awarded contract or task order, work which will be accomplished by Government forces or Military Units doing annual training, work included as part of new mil-con or other new or major renovation building projects, and work under the Government Purchase Card threshold which is currently $2,000.00. If the contractor does not accept an order, the Government reserves the right to procure the services from other sources.� The contract maximum will be $20 million or 60 months whichever comes first. The NAICS Code for this solicitation is 238160, Roofing Contractors. The Small Business Size Standard is $16.5 M. Low Price-Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. A sources sought notice was issued on January 21, 2021 under Solicitation #N4008521R2554 for responses from 8(a) firms in Region V; Service Disabled Veteran Owned Businesses; Hub Zone concerns, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses and Small Businesses. �As a result of the market research analysis, a determination was made to solicit this procurement a competitive 8(a) small business set-aside in accordance with FAR 6.204.� The Government will only accept proposals from qualified 8(a) small businesses.� ��The NAVFACSYSCOM Mid-Atlantic small business office concurs with this decision.� . This contract will replace a contract for similar services awarded in 2016 for a maximum of $15 million. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Approximate release date is 15 February 2022 with proposals due no earlier than 30 calendar days after the actual release date. All offerors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b) (1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered.� Contractors are required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE PROPOSAL DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD.� The website address for the SAM database is:� https://www.sam.gov.� Note:� Registration in SAM is Free.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/57186df690b24a3e881acb2f186f76f2/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN06225273-F 20220128/220126230106 (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 |