SOLICITATION NOTICE
Z -- NAVFAC EXWC Global Petroleum Oils and Lubricants Worldwide
- Notice Date
- 12/18/2018
- Notice Type
- Synopsis
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
- ZIP Code
- 93043
- Solicitation Number
- N3943019R2101
- Response Due
- 2/13/2019
- Archive Date
- 2/28/2019
- Point of Contact
- Erin Watson 805-982-5079
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC) intends to issue Port Hueneme, CA intends to issue a Request for Proposal (RFP) under solicitation number N3943019R2101 for construction services in support of NAVFAC ™s Global Petroleum, Oil and Lubricants (GPOL) program. The closing date for receipt of proposals will be indicated on the solicitation. This acquisition will be solicited on an unrestricted basis, subject to the small business reserve described in the next paragraph. The North American Industry Classification System (NAICS) is 237120, Oils and Gas Pipelines and Related Structures Construction with a Size Standard of $36,500,000. The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) Multiple Award Construction Contract (MACC). The maximum value of all of the orders that may be placed during all of the ordering periods under all of the contracts awarded hereunder is $880,000,000. The minimum guaranteed amount is $10,000 to each contractor for the life of each contract. The purpose of the GPOL MACC is to provide Sustainment, Restoration and Modernization (SRM) for POL systems at various locations worldwide. The work entails design, engineering, inspection, testing, and construction of POL fuel systems, their various components and all aspects of POL project execution. The government anticipates awarding six (6) IDIQ contracts under the MACC, with three (3) of the contracts reserved for small business firms. Task orders will be FFP with values ranging from $10,000 to $26,000,000. Task orders estimated at a value of $2,000,000 or less that will be performed within the 50 United States will be limited to the reserve small business MACC holders only. If less than two reserved Small Business MACC holders respond to the limited request for task order proposal (RFTOP), a new RFTOP may be solicited from all MACC holders. Task Orders with a value of more than $2,000,000 that are performed in the 50 United States and all task orders outside the 50 United States will be solicited using fair opportunity to all awardees, except for the circumstances stated in the solicitation. The contract will have a base ordering period of sixty (60) months, and will include an extension of services period of no more than six months. If EXWC is unable to award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This contract will replace the current contract for similar services awarded on 1 March 2015. The total maximum value of the current contract is $880,000,000 over the 5 year life of the contract. Information about the current contract and the incumbent contractors (e.g., value of contracts, firm names, addresses, etc.) will be included in the solicitation package. The solicitation will utilized the Two Phase Design-Build procedures of FAR subpart 36.3 and the source selection procedures in accordance with FAR part 15, (Best Value/Tradeoff process), which requires offerors to submit a Technical Approach; Experience, and Past Performance for Phase I; and Technical Solution, Safety, Small Business Participation and Commitment, and Price for Phase II. Offerors that are invited to submit Phase II proposals will be required to submit a bid bond the lesser amount of $3,000,000 or 20% of the proposed price for the Technical Solution (seed task order). To be eligible to receive an award, firms must demonstrate a minimum aggregate bonding capacity of $15,000,000. Large business concerns are required to negotiate a subcontracting plan prior to award of the contract. When issued, the solicitation and attachments will be available via the Internet World Wide Web at http://www.fbo.gov under pre-solicitation notice N3943019R2101. There will be no paper copies of the solicitation issued. Amendments will be posted on the Federal Business Opportunities website. This will be the only method of distribution; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Offerors must be registered in System for Award Management (SAM) at http://www.sam.gov in order to receive an award under this procurement. All questions concerning this solicitation shall be addressed to: Erin Watson via email at erin.l.watson@navy.mil. Secondary Point of Contact is Bill Schreiber at william.schreiber@navy.mil. A pre-proposal conference and a site visit for the seed task order will be held at 9:00 AM (PST) 17 January 2019, at Bldg. 50 Naval Base Point Loma. Due to the size of the conference room, firms are limited to two attendees for the pre-proposal conference. Attendees who do not have a current common access card (CAC) or Defense Biometric Identification System (DBIDS) will need to complete a SECNAV 5512 and return it to the points of contact listed above. Requests must be received no later than 4 January 2019 to ensure adequate processing time for the installation. The site walk will occur after the completion of the pre-proposal conference, at approximately 11:00 AM. Attached to this announcement are a blank SECNAV 5512 and the questions and answers from the industry day held in September 2018. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/c69ce4b424fcbe617d72e1bce3706167)
- Record
- SN05177070-F 20181220/181218230015 (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 |