Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

R -- Construction Management Services II NAVFAC Pacific AOR

Notice Date
4/19/2023 7:30:42 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274223R3611
 
Response Due
5/22/2023 3:00:00 PM
 
Archive Date
06/06/2023
 
Point of Contact
Matthew Moses, Phone: 808-471-0806
 
E-Mail Address
matthew.s.moses@navy.mil
(matthew.s.moses@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR part 15 and FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The solicitation number is N6274223R3611 and will be issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is being solicited as an 8(a) competitive. The NAICS code for this requirement is 236220 with a small business size standard of $45M. This synopsis/solicitation notice is a request for proposals for a Non-Personal Service Contract to provide Construction Management Services that will support the existing workforce in the Naval Facilities Engineering Services Command Systems (NAVFAC) Pacific Area of Responsibility (AOR). Services shall be in accordance with the attached Performance Work Statement (PWS). PLACE OF PERFORMANCE: The place of performance for the work under this acquisition is NAVFAC Pacific AOR, primarily for the Shipyard Infrastructure Optimization Program (SIOP) program, Joint Task Force Red Hill (JTF-RH), Defense Policy Review Initiative (DPRI), Pacific Deterrence Initiative (PDI). NAVFAC Pacific AOR include, but are not limited to, the following locations:Far East: Atsugi, Camp Butler, Iwakuni, Misawa, Okinawa, Sasebo, Singapore, Yokosuka, Chinhae (Korea), Diego Garcia (British Indian Ocean Territory) and the PhilippinesMarianas: All bases on Guam, including Naval Base Guam, Camp Blaz and Andersen Air Force Base; Timor Leste, Palau, Tinian, Yap, Chuuk, and various islands in the Commonwealth of the Northern Mariana Islands (CNMI)AustraliaHawaii: Marine Corps Base Hawaii, Joint Base Pearl Harbor Hawaii, Pacific Missile Range Facility Barking Sands (PMRF)Northwest: Bangor, Bremerton, Everett, Whidbey, Puget SoundSouthwest: 29 Palms, Barstow, Bridgeport, Camp Pendleton, China Lake, Coastal Campus, Coronado, El Centro, Fallon, Lemoore, MCRD, Miramar, Monterey, Point Loma, San Diego, Seal Beach, San Francisco, Travis Air Force Base, Ventura, Yuma.PERIOD OF PERFORMANCE: The period of performance (PoP) for the work under this acquisition is the base year, plus four 12-month option Periods. ? Base Period 09/26/2023 to 09/25/2024? First Option Period 09/26/2024 to 09/25/2025? Second Option Period 09/26/2025 to 09/25/2026? Third Option Period 09/26/2026 to 09/25/2027? Fourth Option Period 09/26/2027 to 09/25/2028Per FAR 12.603(c)(2), the following clauses and provisions are applicable to this acquisition and all addenda are contained within or attached to this solicitation:? FAR 52.212-1, Instructions to Offerors ? Commercial Products and Commercial Services (Nov 2021)? FAR 52.212-2, Evaluation ? Commercial Items (Nov 2021)? FAR 52.212-3 Alt I (Dev), Offeror Representations and Certifications ? Commercial Products and Commercial Services (Deviation 2023-O0002) Alternate I (Oct 2014)? FAR 52.212-4, Contract Terms and Conditions ? Commercial Products and Commercial Services (Dec 2022)? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Products and Commercial Services (Dec 2022)Proposals must be received by noon, Hawaii Standard Time (HST) on Monday, May 22, 2023 through electronic submittal:? The Contractor shall submit all volumes of its proposal electronically using Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at the website https://cac.piee.eb.mil/sol/xhtml/auth/index.xhtml? Register at PIEE using the PIEE Vendor Registration Guide, provided in Attachment JL-1.? Follow the PIEE Proposal Manager, Proposal Manager Functions and Posting Offer Guides, Attachment JL-1.? Electronic cost proposal files shall include editable and searchable documents (e.g. Excel files, Word, Adobe PDF)) of Cost Model and the supporting cost documentation. Ensure all links to external files from the proposal spreadsheets/formulas have been removed. Excel spreadsheets shall not contain macros, circular references or iterative formulas. If submitting PDF documents with the electronic proposal, the text shall be a font of Arial, 11 point.? Electronic submissions shall be compatible with Windows type CPUs and Microsoft Word 2016, Excel 2016 (file extension shall be .xlsx or .xls), and Adobe Acrobat Software .Proposals not received at the above address on or before the hour and date set forth for receipt of proposals shall be subject to the provisions of FAR 52.215-1(c), ?Submission, modification, revision, and withdrawal of proposals.? Questions regarding this solicitation are due no later than May 08, 2023 at 14:00 HST, by email to the government point of contact, Vanessa Cariaso at vanessaann.s.cariaso.civ@us.navy.mil or NFPACQ21-Box1@navy.mil. Questions will be answered by an amendment to this solicitation not individually when received. Please continue to monitor SAM.gov and PIEE for any updates to this solicitation. Changes to the solicitation can only be made by the issuance of amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/deaf4f1b687d4c378b2ee6a38875e8ea/view)
 
Record
SN06655496-F 20230421/230419230113 (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.