Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2011 FBO #3423
DOCUMENT

Z -- Construction Maintenance for Roofing Repair and Replacement for Federal Activities in the Hampton Roads, VA Region - Attachment

Notice Date
4/7/2011
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008511R0010
 
Point of Contact
Crystal Hux (757) 341-1654
 
Small Business Set-Aside
HUBZone
 
Description
**This Pre-Solicitation Synopsis was originally posted on 04 April 2011 as a Modification to the Sources Sought** PRE-SOLICITATION SYNOPSIS This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for Construction Maintenance for Roofing Repair and Replacement for Federal Activities in the Hampton Roads, VA Region. This acquisition will result in a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction. The contract will be procured using competitive proposals, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. The best value source selection process to be used for this acquisition is the Lowest Price Technically Acceptable (LPTA) process as described in FAR 15.101-2. This is a Regional Indefinite Delivery/Indefinite Quantity Contract to provide roof repair and replacement and various types of maintenance repairs and preparations associated with roof repair and replacement. Other incidental type work associated with roof repair and replacement is included and may be ordered for industrial, commercial and residential locations indicated within each task order. The Government contemplates one contract award with six administration offices resulting from this solicitation. The contract will be for all Federal Activities in the Tidewater Area. Each PWD location (six total) will administer the work they order. The bid schedule contains the annual aggregate estimated total of quantities for the contract. The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, scoping, layout work, engineering, and management necessary to fulfill the requirements of this contract and each task order in a timely manner, with safety as a priority and quality work as the final product. The following CLINs will be included in this solicitation. The total of the CLIN is equal to the sum of the ELINs as shown below: Base YearCLIN 0001 ELINs A00101 through A02008 Option Year 1CLIN 0002 ELINs B00101 through B02008 Option Year 2CLIN 0003 ELINs C00101 through C02008 This contract contains provisions for a Base Period with two Option Years, not to exceed thirty-six (36) months. The start date will be determined at time of award, and the completion date will be in accordance with each individual task order. The total estimated magnitude of construction for this contract (base year plus all option years) is between $10,000,000 and $25,000,000. The Government intends to award a contract resulting from this solicitation to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in the solicitation. This contract is being offered for competition ONLY to eligible HUBZone concerns. This contract is construction by special trade contractors, and will be subject to FAR clause 52.219-14 Limitations on Subcontracting, which states that œThe concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.  The NAICS Code for this procurement is 238160 and the annual size standard is $13M. The solicitation requires the evaluation of price and the following technical factors: Factor 1 “ Corporate Experience Submit a minimum of two (2) and a maximum of five (5) roof replacement projects and a minimum of two (2) and a maximum of five (5) roof repair projects similar to the requirements of the RFP. Roof replacement projects should be a minimum of 20,000 Square Feet. There is no minimum size for roof repair projects. Projects are limited to those completed in the last five (5) years. Factor 2 “ Past Performance Past Performance Questionnaire provided for the Offeror to submit to the client for each project the Offeror includes in its proposal for Factor 1, Corporate Experience. Factor 3 “ Technical Approach Quality Control Workforce Management Workload Management Safety and Security Sustainability Factor 4 “ Safety Experience Modification Rate (EMR) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate Technical Approach for Safety The specifications, ELIN schedule and solicitation submittal requirements for this project will be posted with the solicitation and are not available for review at this time. The Request for Proposal (RFP) will be issued on or about 19 April 2011. The solicitation will be listed as N40085-11-R-0010 on the Navy Electronic Commerce Online website (NECO) at: https://www.neco.navy.mil/index.aspx. A Vendor User Guide is available for download at the site, as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure you register with the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Crystal Hux, Phone: (757) 341-1654, Email: crystal.r.hux@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R0010/listing.html)
 
Document(s)
Attachment
 
File Name: N4008511R0010_IDIQ_Regional_Roofing_Pre-Solicitation_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N4008511R0010_IDIQ_Regional_Roofing_Pre-Solicitation_Synopsis.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008511R0010_IDIQ_Regional_Roofing_Pre-Solicitation_Synopsis.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02419682-W 20110409/110407234724-71cc9ecd0499fa42d19b896f2de9a1f2 (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.