Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
SOLICITATION NOTICE

P -- Demolition services to housing units, facilities, and miscellaneous structures at various military installations on Naval Base Guam

Notice Date
8/1/2022 5:42:37 AM
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019222R9100
 
Response Due
8/15/2022 10:00:00 PM
 
Point of Contact
Felix A. Benavente, Donovan Merfalen, Phone: 6713391143
 
E-Mail Address
felix.benavente@fe.navy.mil, donovan.merfalen@fe.navy.mil
(felix.benavente@fe.navy.mil, donovan.merfalen@fe.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
PRESOLICITATION SYNOPSIS N40192-22-R-9100 This is not a request for either a quote or proposal, or an invitation to bid. The intent of this presolicitation synopsis is to notify potential offerors of an Indefinite Delivery / Indefinite Quantity Type contract with Firm-Fixed pre-price line items for one base 12 month period with four (4) 12-month option periods, if exercised by the government. This requirement is to provide all management, supervision, quality management, quality control, supervision, labor, tools, equipment, material, supplied, incidental engineering and transportation necessary to perform demolition services to housing units, facilities and miscellaneous structures at various military installations on Guam. General Work Requirements: The outcomes to be achieved are the provision of all labor, safety controls, transportation, materials, equipment, and supervision necessary to perform demolition services to housing units, facilities, and miscellaneous structures at various military installations on Naval Base Guam, consistent with FAR 37.101 definition of service contracts.� The requirement is performance based. � Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:� Factor 1 �Technical Approach, Factor 2 � Recent, Relevant Experience of the Firm, Factor 3 � Safety, Factor 4 - Management Approach, and Factor 5 � Past Performance on Recent, Relevant Projects.�� Recent is considered to be a project within the past five (5) years of the date of issuance of this RFP and relevancy is based on similarity of demolition services, complexity, dollar value and contract type.� The contract is projected to start on 7 November 2022.� There will be a 12-month base period and, if exercised, four (4) 12 (twelve) month option periods thereafter. The North American Classification System (NAICS) is 238910, the size standard is $16.5 Million Dollars.�� The proposed procurement listed herein is a competitive 8(a) Set-Aside procurement.� The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta SAM website around 16 August 2022.� The estimated proposal due date shall be at least 30 days after the RFP is posted. �Requests for Information (RFI) or Technical inquiries must be submitted in writing 10 days prior to the RFP due date.�� The Beta.SAM site address is https://beta.sam.gov.� Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.� All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/ Market Research 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 set aside this procurement as an 8(a) set aside (FAR 19 � Small Business Programs).� The NAVFAC Marianas small business office concurs with this decision.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da59cbfc7fc946bd9aa722ec1a5c56e6/view)
 
Place of Performance
Address: FPO, AP 96540, USA
Zip Code: 96540
Country: USA
 
Record
SN06408925-F 20220803/220801230128 (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.