Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2019 FBO #6334
SOLICITATION NOTICE

Y -- Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) construction Job Order Contract (JOC) for Naval Support Activity (NSA) Camp Lemonnier, and Chabelley Air Field, Djibouti.

Notice Date
3/26/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,
 
ZIP Code
09622
 
Solicitation Number
N3319119R0811
 
Archive Date
6/30/2019
 
Point of Contact
Vicki.blankenship@eu.navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA), Naples, Italy, intends to issue a solicitation that will result in one (1) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) construction Job Order Contract (JOC) for Naval Support Activity (NSA) Camp Lemonnier, and Chabelley Air Field, Djibouti. The purpose of this procurement is to obtain work that includes but is not limited to construction, alteration, and repair of real property (industrial, commercial) and utilities projects for FY 2020 through 2024. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a maximum quantity of 60 months, or a total aggregate maximum value of $75,000,000, whichever comes first. Task orders will typically range between $2,000 and $8,000,000 however, task orders above or below these amounts may be considered if deemed to be in the Government ™s best interest. Task orders may require both design and construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered during the base year. The Contractor is not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for option years. The purpose of this procurement is to provide a contract for the services of a construction firm capable of managing simultaneous projects (up to 10+) for a broad range of maintenance, repair and minor construction work at Naval Support Activity (NSA) Camp Lemonnier and Chabelley Air Field, Djibouti. The scope of work is anticipated to encompass a wide variety of minor construction and repair tasks to provide real property repair and maintenance to include, but not limited to, the following areas: General Contractor Services, including road repair; pavement repair; building renovation; roofing; excavation; emergency repairs; providing new finishes on the interior of buildings; water lines and gas line construction and repair; all utility repairs including sanitary sewer and storm drainage; all fire protection repairs. Structural System Services, including carpentry; maintenance, repair and replacement services on floors, floor coverings, walls, wall coverings, window repairs and replacement; exterior systems such as roofs and gutters; structural brick work and stone and concrete masonry; sheet metal work; painting; demolition; concrete masonry; and welding. Electrical Services (interior and exterior); Plumbing Services; Heating, Ventilation, and Air Conditioning Services - heating, ventilating, and air conditioning (HVAC) repair and replacement; and Generator overhaul and replacement. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Projects that require a professional engineer ™s stamp can be included under this contract applicable conditions. Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform renovations, repairs, maintenance, replacements, alterations, demolition, and NAVFAC construction category II, III, and IV tasks under this Fixed-Price job order contract (JOC). This procurement will utilize Best Value Trade-off Source Selection procedures, requiring the submission of both non-price and price proposals. A seed project will be identified with the solicitation. All future orders will be awarded using the procedures at FAR 15.1 and FAR 16.505. As the location for this procurement is Outside the Continental United States (OCONUS), Small Business requirements do not apply. Therefore, a subcontracting plan is not required. The solicitation as well as all notices/amendments related to the solicitation will be posted to the European Navy Electronic Commerce Online (EuroNECO) and Federal Business Opportunities (FBO) websites at https://euro.neco.navy.mil and www.fbo.gov on or about 14 May 2019. All documents will be published on the EuroNECO and FBO websites. Hard copies of the solicitation will not be provided. Prospective offerors will have access to the solicitation at the EuroNECO and FBO websites by searching for the solicitation number, N3319119R0811. Offerors are encouraged to check the websites frequently in order to be notified of any changes to the solicitation. All offerors must be registered in the System for Award Management (SAM) database (https://www.sam.gov) to be considered for award of any United States of America, Department of Defense contract. In order to register in SAM, offerors must have a Dun and Bradstreet (DUNS) Number, located at http://fedgov.dnb.com/webform and a Commercial and Government Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental entity (NCAGE) Code (foreign firms), located at http://www.dlis.dla/Forms/Form_AC135.asp. The SAM requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective offerors to begin the SAM registration process as early as possible. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-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/spg/DON/NAVFAC/EFAMED/N3319119R0811/listing.html)
 
Record
SN05260460-F 20190328/190326230014 (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.