Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2007 FBO #2146
SOLICITATION NOTICE

Y -- 8(a) Basic Ordering Agreement (BOA) Program, Naval Facilities Engineering Command (NAVFAC) Hawaii

Notice Date
10/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, Acquisition 400 Marshall Road, Pearl Harbor, HI, 96860-3139, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62478-08-R-BOA
 
Response Due
11/9/2007
 
Archive Date
11/24/2007
 
Point of Contact
Kimberlee Fujimoto, Contracting Officer, Phone (808) 474-9392, Fax (808) 474-1543, - Curtis Ogawa, Contracting Officer, Phone (808) 474-6322, Fax (808) 474-3398
 
E-Mail Address
kimberlee.fujimoto@navy.mil, curtis.ogawa@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Naval Facilities Engineering Command Hawaii (NAVFAC Hawaii) is extending the current 8(a) Basic Ordering Agreement (BOA) from November 30, 2007 to November 29, 2008 and is seeking Small Business Administration (SBA) certified 8(a) construction firms with SBA Hawaii District Office or 8(a) certified construction firms with a bona fide place of business in Hawaii or Guam to participate in this BOA program. CURRENT BOA HOLDERS DO NOT NEED TO REAPPLY FOR THIS ANNOUNCEMENT. The Navy is targeting the issuance of an indeterminate number of BOAs. The estimated period of performance for the BOA will be one year with the government reserving the right to exercise extensions up to three years. The purpose of the BOA is to enhance contracting opportunities to qualified 8(a) construction firms that are located in Hawaii or Guam. The BOA is not a contract, but a written instrument of understanding negotiated between the NAVFAC Hawaii and the 8(a) firm to facilitate the expeditious acquisition of covered services, if and when ordered. The BOA provides a framework of contract clauses, provisions, certifications, terms and conditions which will apply, to the extent referenced therein and according to the dollar amount of each order, to any firm order for services issued pursuant to the agreement. Each order issued under this BOA shall constitute a separate contract. Under the BOA, firms with an applicable North American Industry Classification System (NAICS) code compete on Task Orders. The anticipated types of construction may include emergency repairs (broken and leaking water lines, roof leaks, HVAC, and other mechanical projects), minor construction projects (exterior and interior renovations, demolition, painting, and installing pipelines). Only NAICS code sectors 236, 237 and 238 pertain to this BOA. Each firm will identify the NAICS codes that reflect it?s performance and qualifications for which it would like to be considered. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the agreement. The task order range will be established at $25,000 to $1,000,000. The Contractor will be required to furnish a Bid Bond or Surety letter (as applicable) and for each proposal over $25,000 and Performance and Payment Bonds on each Task Order. Annually the Navy and the SBA will review the continued need for this agreement in light of a) usefulness and need for service and b) the effectiveness of individual contractors. The Contracting officer will open / advertise the BOA program for new entrants once a year. Options will not be exercised for firms that do not continue to meet all BOA requirements and will be removed accordingly. No new orders will be issued to the Contractor and this agreement will terminate. Termination of the BOA under these circumstances shall have no effect on any task orders previously issued. The BOA can only be changed by modification of the agreement itself and not by individual orders issued hereunder. Modification of the BOA shall not retroactively affect orders issued prior to the time of the modification. This agreement may be cancelled by either party by mailing or otherwise transmitting 30 days prior written notice to the other party. Any such cancellation shall have no effect on any orders issued prior to the effective date of the cancellation, which shall be 30 days from the date of mailing or otherwise transmitting the written notice of cancellation. Prior to the effective date of cancellation, the Navy may continue to place task orders under the BOA. Firms that demonstrate that they meet the following qualifications will receive a BOA. Upon submission of the following information, the Government will review the documents and the firm will be determined to be either eligible or ineligible. To qualify for receipt of a BOA, each firm must meet all the following criteria and the criteria listed on the 8(a) BOA Checklist: (1) Be a certified 8(a) construction firm under the SBA Hawaii District Office; or with certified 8(a) construction firm with a bona fide place of business in Hawaii or Guam; (2) Be registered in the DoD Central Contractor Registration (CCR) database, http://www.ccr.gov, including the new SBA Dynamic Small Business Listing; Online Representations and Certifications Application (ORCA), http://www.bpn.gov; and VETS-100 http://vets100.cudenver.edu/ (if not applicable, provide statement that the firm has not had contracts subject to this requirement); (3) Be licensed/bonded and fully capable to perform construction work within a range of $25,000.00 to $1,000,000.00; and (4) Demonstrate technical experience/past performance of similar size, general scope, and complexity of construction project(s) under NAICS sectors 236, 237, and /or 238 within the last three years. TO BE CONSIDERED, INTERESTED FIRMS MUST DOWNLOAD AND USE THE CHECKLIST FROM THIS WEBSITE TO ENSURE ALL INFORMATION IS PROVIDED.
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96860
Country: UNITED STATES
 
Record
SN01431822-W 20071012/071010230024 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.