Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) JOB ORDER CONSTRUCTION CONTRACT VARIOUS MILITARY FACILITIES - MCB CAMP PENDLETON, FALLBROOK NWS, MCAS MIRAMAR, AND MCRD SAN DIEGO, CALIFORNIA

Notice Date
9/4/2014
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAMP PENDLETON ROICC/CODE ROPCN MARINE CORPS BASE CAMP PENDLETON PO Box 555229/Building 22101 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
N6247314R2220
 
Archive Date
11/2/2014
 
Point of Contact
Marlanea Kirkbride 760-725-8195 Marlanea Kirkbride 760-725-8195
 
Small Business Set-Aside
HUBZone
 
Description
A Market Survey was conducted by Sources Sought Announcement on 9 May 2014 posted on NECO/FedbizOpps seeking availability and capability of qualified and eligible businesses in the Small Business Programs. As a result of the market research analysis, it was determined that there are at least two (2) qualified Historically Underutilized Business Zone (HUBZone) firms to perform the type of work solicited. On 30 June 2014, the Small Business Program Office concurred with the following set-aside determination. This is a competitive procurement being advertised as a set-aside 100% for Historically Underutilized Business Zone (HUBZone) concerns (FAR 52.219-3) for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) Construction contract for various types of construction maintenance repairs, alterations, and new work at various locations aboard Marine Corps Base (MCB), Camp Pendleton, Naval Ordnance Center (NOC), Naval Weapons Station (NWS) Fallbrook, Marine Corps Air Station (MCAS), Miramar, and Marine Corps Recruit Depot (MCRD), San Diego, California. This acquisition is being restricted to qualified HUBZone firms. In order to qualify as a HUBZone firm, companies must meet the requirements and steps listed at the SBA ™s webpage http://www.sba.gov/content/understanding-hubzone-program# having current registration in the System for Award Management (SAM) database and being properly certified by SB. This is a fixed price IDIQ pre-solicitation notice for construction, labor, materials, equipment, testing, supervision, quality control, site safety, and management and other incidental work necessary to perform various facility maintenance, repair, construction involving specialty trades at multiple facilities to be performed within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of twelve (12) months and four (4) one-year option periods, for a maximum total maximum period of (five) 5 years. The North American Industry Classification System (NAICS) Code for this acquisition is 238990, All Other Specialty Trades, with a corresponding small business size standard of $15 million. The estimated maximum dollar value of this procurement, including the base year and all options is $45,000,000. Task Orders awarded from this contract will range between $2,000 and $750,000. Task Orders may fluctuate 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 the 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. There is a minimum guarantee of $5,000 during the performance period of the contract. This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) best value continuum source selection process as described in FAR 15.101-2 with the intent to award one (1) contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award without further discussions if appropriate. Selection for award will be based on evaluation of the following: Factor 1 “Experience of the Offeror; Factor 2 “Past Performance; Factor 3 “Management Approach and Capabilities of the Offeror; Factor 4 “ Safety; and Non-Technical Factor - Price. Award will be made on the basis of the lowest evaluated price of the proposal meeting or exceeding the acceptability standards for the non-price factors. No site visit will be held and no formal pre-proposal conference will be conducted. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted to the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov on or around 22 September 2014. No CDs or hard copies will be provided. Any pre-proposal presentation will be uploaded for viewing as an attachment to the RFP. IT IS THE CONTRACTOR ™S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned website. Plan holders lists will not be faxed and will be available only at the FEDBIZOPPS Internet website address listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N6247314R2220/listing.html)
 
Place of Performance
Address: MARINE CORPS BASE CAMP PENDLETON, OCEANSIDE, CA
Zip Code: 92055
 
Record
SN03496800-W 20140906/140905000448-51b44838a1e7af26b09b097e29f67be5 (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.