SOLICITATION NOTICE
Z -- IDIQ JOC UNDER NAICS 238990 FOR NAVAL SUPPORT ACTIVITY (NSA) MONTEREY AREA OF RESPONSIBILITY (AOR) UNDER NAVFAC SOUTHWEST AOR
- Notice Date
- 2/13/2019
- Notice Type
- Synopsis
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACTS, FOCAS 1220 Pacific Highway San Diego, CA
- ZIP Code
- 92132
- Solicitation Number
- N6247319R2608
- Response Due
- 2/28/2019
- Archive Date
- 3/15/2019
- Point of Contact
- SCOTT WITTRY 619-532-4693
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a competitive procurement for an 8(a) firm for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Job Order Contract (JOC) under NAICS 238990 for work at various Government facilities within the Naval Support Activity (NSA) Monterey Area of Responsibility. Types of projects to be performed will primarily consist of specialty trade work including, but not limited to, electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation. This acquisition is being restricted to qualified 8(a) firms within the geographical area serviced by the Fresno District Office, Sacramento District Office, and/or San Francisco District Office 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) BD Participants are deemed ineligible to submit offers. In order to qualify as an 8(a) contractor, companies must meet the requirements and steps listed at the SBA ™s webpage at http://www.sba.gov/content/8a-requirements-overview having current registration in the System for Award Management (SAM) database and uploading / categorizing all required documents in the 8(a) program repository through the SBA ™s General Login System (GLS) at https://eweb.sba.gov/gls. This is a FFP/IDIQ pre-solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of two (2) years with one (1) three-year option period, for a maximum total of five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 238990 “ All Other Specialty Trade Contractors, with a corresponding small business size standard of $15.0 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $20,000,000. 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. Task order range will be $2,000 to $1,000,000. 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 a single contract to the 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 with 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 March 19, 2019. 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. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2019); 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/7931ac74e712854520ac524961c23382)
- Record
- SN05220723-F 20190215/190213230010 (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 |