SOLICITATION NOTICE
Z -- IDIQ JOC FOR HVAC, TOTAL SMALL BUSINESS SET ASIDE UNDER NAICS 238220, NAVAL BASE SAN DIEGO (NBSD) AREA OF RESPONSIBILITY (AOR), SAN DIEGO, CA
- Notice Date
- 4/3/2018
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, SAN DIEGO FEAD/CODE ROPMD Naval Base San Diego 2730 McKean Avenue/Building 121 San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247318R1608
- Response Due
- 4/18/2018
- Archive Date
- 5/3/2018
- Point of Contact
- BRAD CRAWFORD 619-556-6517 ANTHONY PHILLIPS, 619-556-4687
- E-Mail Address
-
Contract Specialist
(bradley.crawford@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a competitive 100% Small Business set aside procurement. The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a Small Business Size Standard of $15.0 million. Task orders issued under the proposed IDIQ contract will be performed at various federal sites within the NBSD AOR including, but not limited to, NBSD, Naval Medical Center San Diego (NMC SD), and Murphy Canyon Family Housing, San Diego, California. The estimated total contract price for the 24 month base period and one 36 month option period is $15,000,000. Task order range is estimated between $2,000 and $750,000. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, renovations, and new construction of HVAC systems and associated commissioning and testing and balancing. A seed project (Proposed Task Order 0001) is expected to be awarded as a result of this solicitation; however, the Government reserves the right not to issue a Task Order and/or to issue a Task Order for the $5,000 minimum guarantee in lieu of the Planned Task Order (PTO) 0001, if it ™s determined to be in the best interests of the Government. This acquisition will utilize the best value source selection process with the intent to award one (1) contract to one (1) responsible Offeror 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: ABILITY TO MANAGE MULTIPLE SIMULTANEOUS PROJECTS; FACTOR 2: EXPERIENCE; FACTOR 3: PAST PERFORMANCE; FACTOR 4: SAFETY; and FACTOR 5: PRICE “ Based on PTO #0001. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil on or around April 19, 2018. 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 websites. Plan holders lists will not be faxed and will be available only at the NECO Internet website address listed above. Receipt of proposals will be due on or about May 21, 2018. No pre-proposal conference is planned at this time. If the decision is made to have such a conference, the appropriate information will be included in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711V/N6247318R1608/listing.html)
- Place of Performance
- Address: NAVAL BASE SAN DIEGO, SAN DIEGO, CA
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN04876014-W 20180405/180403231329-5581804160bb8dc67db02bd10d172f01 (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 |