Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2023 SAM #7738
SOLICITATION NOTICE

Z -- INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), DESIGN-BUILD (DB)/ DESIGN-BID-BUILD (DBB), FOR GENERAL CONSTRUCTION FOR FACILITIES PRIMARILY IN THE HAMPTON ROADS AREA OF RESPONSIBILITY (AOR)

Notice Date
2/1/2023 8:37:21 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
N4008523R2562
 
Archive Date
03/01/2023
 
Point of Contact
Jonathan M. Durham, Phone: 7573411667, Barbara Williamson-Garris
 
E-Mail Address
jonathan.durham1@navy.mil, barbara.l.williamson-garris.civ@us.navy.mil
(jonathan.durham1@navy.mil, barbara.l.williamson-garris.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N40085-23-R-2562 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 make notice of a proposed contract action for a Small Business Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Projects Primarily in the Hampton Roads Area of Operations (AO) of Virginia. � � � � � � � � � �� This solicitation has been approved by the NAVFAC Office of Small Business Programs and Small Business Administration Procurement Center Representative as small business set-aside. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction and the Small Business Size Standard is $45,000,000.� This will be a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� PROJECT DESCRIPTION:� Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across the Hampton Roads AO. This MACC will encompass a wide range of design-build and design-bid-build projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include site, civil, architectural, structural, mechanical, electrical, fire protection, cyber security and communication systems. 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, roads, et cetera. Incidental work with specialty trades includes removal and disposal of asbestos or lead contaminated materials. The Hampton Roads AOR includes the following locations: Naval Air Station Oceana and Dam Neck Annex, Joint Expeditionary Base Little Creek-Fort Story, NASA Wallops Island, Naval Station Norfolk, Naval Support Activity (NSA) Hampton Roads, Norfolk Naval Shipyard, Naval Weapons Station Yorktown and Cheatham Annex, and Naval Support Group Activity Sugar Grove. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary.��� The Government intends to award no more than eight (8) contracts resulting from this solicitation to the responsible Offerors whose proposals represent the best value after evaluation in accordance with the factors in the solicitation. This solicitation will result in a competitively negotiated firm fixed-price IDIQ MACC.� The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $575,000,000 over the base year and four option periods combined, not to exceed 60 months.� Task orders will be firm fixed-priced, normally in the range of $150,000 to $15,000,000 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 Contracting Officer.� The Government guarantees an award of $5,000 to each successful Offeror over the full term of the contract, including option years. The initial project (�seed project�) that will be awarded as the first task order concurrently with the basic contract is Project P-702, Submarine Logistics and Support Facilities, Naval Station Norfolk, Norfolk Virginia. The work includes a design-bid-build construction of the Pre-Engineered Building (PEB) frame on reinforced concrete foundation with structurally supported slab. Features include cavity masonry walls with insulated wall panels above and standing seam roof. Facility systems will include fire protection, HVAC, supplemental dehumidification, compressed air, electrical power, lighting, telecom and security access. Built-in equipment includes a five-ton overhead bridge crane. The facility will have maintenance, storage and operations spaces for weapons cradles and other peculiar support equipment for the Virginia Class Submarine. The project also includes demolition of a 10,489 sf unconditioned single story storage building that currently occupies the P-702 project site. This is a steel framed building with metal panel siding and has an overhead 1 ton crane. The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation.� In accordance with DFARS 236.204, the magnitude of construction for the seed project is (i) between $10,000,000 and $25,000,000. A Sources Sought notice was issued seeking eligible Small Business, 8(a),� HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Businesses capable of performing the requirements of this solicitation.� The Sources Sought notice yielded thirty-two (32) responses.� From the thirty-two (32) capabilities packages received, twenty-five (25) of the firms were found to have the requisite experience and bonding capacity to successfully perform on this proposed contract.� Successful award and completion of the requirements can be achieved by soliciting the contract as a set-aside for small businesses.� On 28 April 2022, the Small Business Association Representative approved a DD2579 Small Business Coordination Record recommending a total small business set-aside procurement. The Request for Proposal (RFP) will be issued on or about 16 February 2023.� All documents will be in Adobe Portable Document Format (PDF) and downloadable from the SAM.gov website located at https://www.sam.gov.� A free Adobe Acrobat Reader, required to view PDF files, is available for download from the Adobe website.� Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued. IMPORTANT NOTICE: All prospective contractors 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 www.sam.gov. Questions regarding this notice should be directed to Jonathan Durham at jonathan.m.durham.civ@us.navy.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6bc5fd402e974160806f7c322e63fb61/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN06579212-F 20230203/230201230112 (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.