Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2023 SAM #7939
SOLICITATION NOTICE

Z -- IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF FIRE PROTECTION SYSTEM PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO and NM

Notice Date
8/21/2023 11:27:39 AM
 
Notice Type
Solicitation
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247323R3208
 
Response Due
9/21/2023 2:00:00 PM
 
Archive Date
08/20/2024
 
Point of Contact
Shaun Schnurbusch, Phone: 702-823-8009, Elson Muzada, Phone: 6197054662
 
E-Mail Address
shaun.m.schnurbusch.civ@us.navy.mil, elson.g.muzada.civ@us.navy.mil
(shaun.m.schnurbusch.civ@us.navy.mil, elson.g.muzada.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised as a set-aside for small business. All Offerors being evaluated will be considered equal. No preferences will be given. This procurement will use the two-phase design-build selection procedure which will consist of one solicitation covering both phases with the intent to award approximately three (3) 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. 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 the 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 new construction, renovation, and/or repair, by design-build or design-bid-build, of fire protection systems at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Types of projects may include, but are not limited to: the new installation, addition or repair of: fire sprinkler systems (wet-pipe, dry-pipe, pre-action, high speed deluge and ultra-high speed deluge); fire protection system water supply storage and distribution systems (fire pumps, tanks, fire hydrants, standpipes, and underground water mains); low and high expansion aqueous firefighting foam (AFFF) systems; and water spray and water mist systems; clean agent systems; and Ignitable Liquid Drainage Floor Assembly Systems (ILDFA). Types of fire alarm and detection system projects may include, but need not be limited to the following systems: building evacuation systems, mass notification systems, fire detection systems, fire reporting systems and building emergency controls and interfaces. Associated components and systems that may also be included in the fire protection system construction projects for this contract may include: incidental special hazard systems such as gaseous systems (carbon dioxide and clean agents), kitchen fire suppressions systems and dry chemical systems.The North American Industry Classification System (NAICS) code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) and the annual size standard is $19 million. The basic contract period will be for two (2) years. Each contract contains six (6) option periods of one (1) year each for a total maximum duration of eight (8) years. The estimated price range, including the base and option periods, for all contracts combined is $240,000,000. The only work authorized under this contract is work ordered by the Government through issuance of a task order. Task orders will range between $50,000 and $15,000,000. 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 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 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001); Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror(s) 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. No hard copies will be provided. IT IS THE CONTRACTOR?S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the SAM.gov website. Plan holders lists will not be provided and will be available only at the SAM.gov website. A sources sought notice (N6247323R3208) for this procurement was posted on April 5, 2023, on the SAM.gov website, and 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 as a small business set-aside. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW Small Business Office concurred with this decision.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f10446fa74a46708c091e7c40a92f0c/view)
 
Record
SN06799474-F 20230823/230821230052 (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.