SOLICITATION NOTICE
Z -- IDIQ Painting Contract with base year and four (4) option years, under solicitation number N62473-14-R-2407 for application at the Naval Base Point Loma, San Diego, California
- Notice Date
- 9/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, POINT LOMA FEAD/CODE ROPML Naval Base Point Loma 4635 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247314R2407
- Response Due
- 9/17/2014
- Archive Date
- 10/3/2014
- Point of Contact
- My-Angela Buescher 619-524-8534 Arturo Miranda
- E-Mail Address
-
4-8525
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Naval Facilities Engineering Command Southwest (NAVFAC SW), pursuant to Federal Acquisition Regulation (FAR) Subpart 12.6 intends to issue a Combined Synopsis/Solicitation for commercial items in accordance with format of Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation and proposals are being requested in accordance with attached documents. The primary North American Industry Classification System (NAICS) Code is 238320 Painting and Wall Covering Contractors. The Small Business Size Standard of for this NAICS Code is $15.0 Million. This procurement consists of one solicitation, Solicitation Number N62473-14-R-2407, issued as a Request for Proposal (RFP) with the intent to award one Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Construction contract to the offeror whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in the Lowest Priced proposal. The Contract term will consist of a 12 month Base Period with four 12 month option periods not to exceed a total of five years. The ordering limitation range per task order is $2,000 - $1,000,000. The total maximum contract capacity shall not exceed $10,000,000. This requirement shall be competed as a Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside procurement is based on a Price Only (Lowest Price) Source Selection Criteria. There will not be a seed project incorporated into this solicitation as part of the basis of selection. SCOPE OF WORK: The minor construction work performed may include new work, reconstruction, rehabilitation, and repairs within the NAICS codes listed above. Types of projects for Primary NAICS Code 238320 are for interior/exterior application of paints and coatings, including surface preparation and minor related construction work for various facilities in the Naval Base Point Loma area and all of the areas under its cognizance. Painting work may include, but is not limited to: application of paints, primers, and sealers, staining and finishes, powder coating, waterproofing, high-resistance coatings, striping, signs and graphics. Painting-related work my include, but is not limited to crack and surface repair, caulking and sealing, abrasive blasting, power wash and steam cleaning of surfaces, skim coating, application of texture materials, remove/replace wall covering, remove/replace wall base material, repair and installation of gypsum board and plaster, repair of substrates and framing members to support finish materials, laboratory testing and abatement of hazardous materials such as lead based paint and asbestos, microbial remediation such as mold, work from scaffolding and lifts, and historical restoration. Surfaces and items to be serviced include, but are not limited to: concrete, masonry, stucco, wood, gypsum board, plaster, metals, and composite materials; walls, ceilings, soffits, structural members, decks, stairs, parking areas, game lines, flag/light poles, fencing, pipes, ducts, conduit, tanks, machinery and equipment, heated surfaces, doors, windows, frames, casings, millwork, railings, steel decking, gutters, downspouts, fascias, paneling, veneer, siding, hardwood floors, and slabs. The Government reserves the right to make an award on the initial proposal without discussions of this procurement. Prospective Offerors MUST have an up to date registration in the System for Award Management (SAM) to be eligible for award. Firms can register at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their Representations and Certifications through the SAM website. Questions must be submitted in writing to the Contract Specialist at the email address provided at the end of this notice. No telephone requests will be accepted. Please note that the deadline for submission of questions is 02:00 p.m. Pacific Daylight Time (PDT) on September 11, 2014. Questions must be submitted in writing via electronically to myangela.buescher@navy.mil. A pre-proposal Conference is scheduled for 01:00 p.m. PDT on September 8, 2014 at the address below. This solicitation is not a sealed bid and there will not be a formal public bid opening. Hand delivered proposals shall be submitted as an original and must be delivered prior to the due date/time below. Emailed proposals will be accepted and must be emailed prior to the due date/time below. Proposal shall be addressed to Naval Facilities Engineering Command Southwest, FEAD Naval Base Point Loma, Attention: My-Angela Buescher, 4635 Pacific Highway, Building 1 North, San Diego, CA 92110, by 02:00 p.m. PDT on September 17, 2014. The Point of Contact for this procurement is My-Angela Buescher, Contract Specialist, who can be reached via email at myangela.buescher@navy.mil. Offerors will not be reimbursed for proposal submittal expenses. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. It has been determined that competition is limited to SDVOSB firms located within the San Diego District, the geographical area serviced by the San Diego Small Business District Office, and other SDVOSB construction firms with a bona fide place of business within the geographical competitive area, and assigned NAICS code(s). All other SDVOSB Business District Participants are deemed ineligible to submit offers. This constitutes a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract for painting services for the Naval Base Point Loma area and all of the areas under its cognizance. NAVFAC SW, FEAD Point Loma, San Diego, California is the office soliciting, and who will administer the resulting contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A5/N6247314R2407/listing.html)
- Place of Performance
- Address: Naval Facilities Engineering Command Southwest, FEAD Naval Base Point Loma, 4635 Pacific Highway, Building 1 North, SAN DIEGO, CA
- Zip Code: 92110
- Zip Code: 92110
- Record
- SN03493898-W 20140905/140904000226-ab158644abe5bccd7d90bc44c5fbe5cd (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 |