Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2023 SAM #7961
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) 8(a) Small Business Set-Aside Multiple Award Construction Contract (MACC) for New Construction, Renovation, and Repair Of General Building Construction at Various Government Installations

Notice Date
9/12/2023 10:52:40 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N62473-21-R-4005
 
Response Due
2/16/2023 2:00:00 PM
 
Archive Date
01/19/2024
 
Point of Contact
Britney Potestio, Phone: 6197054665, Chad Slade, Phone: 6195324135
 
E-Mail Address
britney.l.machado-potestio.civ@us.navy.mil, chad.a.slade@navy.mil
(britney.l.machado-potestio.civ@us.navy.mil, chad.a.slade@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised as a set-aside for 8(a) Concerns.� All Offerors being evaluated will be considered equal.� No preferences will be given. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible proposers 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 his/her 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, repair, and renovation by design-build or design-bid-build of commercial and institutional buildings at various government installations within the NAVFAC Southwest area of responsibility including, but not limited to: California, Arizona, Nevada, Utah, Colorado, and New Mexico.� The work will be for Commercial and Institutional Building projects that may include, but are not limited to: administration buildings, armories, auditoriums, Bachelor Enlisted Quarters (BEQs), child care centers, fire stations, gymnasiums, hangars, hospitals, maintenance/repair facilities, warehouses, and other similar facilities.� The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $39.5 million.� The base contract period will be for one (1) two (2) year base period and one (1) three-year option period for a maximum of five (5) years.� The estimated maximum dollar value, including the base period and option for all contracts combined is $395,000,000.� Task orders will range between $100,000 and $5,000,000. 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 only work authorized under this contract is work ordered by the government through issuance of a task order.� 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, and Factor 3 - Past Performance; Factor 4 - Safety; Phase Two:� Factor 5 - Technical Solution, Factor 6 - Price - Based on Proposed Task Order 0001.� Source Selection procedures will be used and award may be made to the offeror 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.� �� Please ensure to include the secondary point of contact should you have any questions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/540f6af584254933a7a473c1ed01fae4/view)
 
Record
SN06827897-F 20230914/230912230104 (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.