Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2018 FBO #6159
SOLICITATION NOTICE

Z -- Regional Job Order Contract (JOC) for General Construction

Notice Date
10/2/2018
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, Washington, 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-18-R-5005
 
Archive Date
12/5/2018
 
Point of Contact
Trisha Bolte, Phone: 3603158299
 
E-Mail Address
trisha.bolte@navy.mil
(trisha.bolte@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation No.: N44255-18-R-5005 Title : Regional Job Order Contract (JOC) for General Construction Type : RFP ~ Pre-Solicitation Notice Location : The majority of work will be at Naval Base Kitsap (NBK) - Bangor, Silverdale, WA; NBK - Bremerton, Bremerton, WA; Naval Station (NAVSTA) Everett, Everett, WA; and Naval Air Station (NAS) Whidbey Island, Oak Harbor, WA. The remaining work will be at outlying facilities within the NAVFAC Northwest (NW) Area of Responsibility (AOR) which includes Alaska, Idaho, Iowa, Minnesota, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming. Estimated Issue Date : October 19, 2018 Estimated Proposal Due Date : November 20, 2018 Estimated Award Date : April 19, 2019 Funding Limitation : Project Price Range is $2,000 to $1,500,000 Contracting POC : Trisha Bolte, (360) 315-8299 trisha.bolte@navy.mil Posted on Web : Yes Synopsis or Description THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS A 100% 8(A) SET ASIDE COMPETITIVE PROCUREMENT. IT HAS BEEN DETERMINED THAT COMPETITION WILL BE LIMITED TO 8(A) FIRMS LOCATED WITHIN THE GEOGRAPHICAL AREA SERVICED BY THE SBA REGION X AND OTHER 8(A) CONSTRUCTION FIRMS WITH A BONA FIDE PLACE OF BUSINESS WITHIN THE GEOGRAPHICAL COMPETITIVE AREA, AND THE ASSIGNED NAICS CODE. ALL OTHER 8(A) BUSINESS DEVELOPMENT (BD) PARTICIPANTS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS. SBA REGION X CONSISTS OF ALASKA, IDAHO, OREGON, AND WASHINGTON. SBA Requirement # 1013/18/804912 The North American Industry Classification Standard (NAICS) is 238990 and the annual size standard is $15 million. This procurement will provide for all labor, materials, equipment, and other incidental work required to perform simultaneous non-complex minor construction, repair, and alteration at various installations and facilities in the Puget Sound region of the Naval Facilities Engineering Command (NAVFAC) Northwest Area of Responsibility. The procurement consists of one solicitation with the intent to award one Indefinite Delivery Indefinite Quantity (IDIQ) contract to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value offer using the LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) source selection process, price and non-price factors considered. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS' INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS' BEST TERMS. CONTRACT DESCRIPTION. This is an IDIQ contract with no pre-established fixed unit prices. The contract solicitation will provide for the contractor to submit a schedule of coefficients that will be applied toward the price of the items. Task orders will be firm fixed price with a task order minimum of $2,000 and a task order maximum of $1,500,000. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a Firm Fixed Price basis. This contract will provide Type/Category III and IV construction, alteration, and repair at Naval Installations. Type III and IV designates less complex construction that could receive a building permit without a licensed Professional Engineer or Registered Architect seal. The selected contractor will receive requirement packages and, through interface with Government personnel and the contracting community, jointly develop biddable, enforceable Scopes of Work. AWARD INFORMATION: Proposers will be evaluated on: Factor 1: Technical Approach; Factor 2: Experience; Factor 3: Past Performance; Factor 4: Safety; and Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; and award to the proposer submitting the proposal determined by the Government to be the most advantageous Lowest Priced Technically Acceptable offer (best value) to the Government. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. ADDITIONAL INFORMATION. The basic contract period will be for 12 months. The contract contains four 12-month options for a total maximum duration of 60 months or an aggregate value of $99 million, whichever occurs first. The government guarantees an award amount of $5,000 as a result of this solicitation over the full term of the contract. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on Federal Business Opportunities (FBO) at https://www.fbo.gov/. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement. All inquiries should be submitted to Ms. Trisha Bolte at (360) 315-8299 or via email to trisha.bolte@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N44255-18-R-5005/listing.html)
 
Place of Performance
Address: NAVFAC Northwest Area of Responsibility, United States
 
Record
SN05112634-W 20181004/181002230508-29007c22b04ec3fe5f1969c07169e59e (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.