SOLICITATION NOTICE
Y -- PHC - New Housing Construction
- Notice Date
- 3/30/2020 4:16:28 PM
- Notice Type
- Presolicitation
- NAICS
- 23611
—
- Contracting Office
- REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
- ZIP Code
- 94107
- Solicitation Number
- 70FBR920R00000007
- Response Due
- 4/15/2020 7:00:00 PM
- Archive Date
- 05/01/2020
- Point of Contact
- Ralph J. La Rosa, Phone: 2028265685
- E-Mail Address
-
ralph.larosa@fema.dhs.gov
(ralph.larosa@fema.dhs.gov)
- Small Business Set-Aside
- LAS Local Area Set-Aside (FAR 26.2)
- Description
- The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA)�expects to issue a�solicitation on or about�30�April�2020, to solicit for Permanent Housing Construction (PHC)�New Construction.�� The Government is seeking�construction contractors (small business) located in the area covered under DR-4404-MP (Saipan) to build up to 20 residential homes in response to Super Typhoon Yutu located in the Commonwealth of the Northern Mariana Islands (CNMI). This requirement will include PHC New Construction.� New Construction includes Government furnished drawings for 1, 2, and 3-bedroom properties�located mainly in Saipan and possibly a few properties in Tinian.��The designs are�cast-in-place (CIP) and/or concrete masonry units (CMU).� Construction standards shall be in compliance with the 2018 International Building Code (IBC) as well as all National Electric Code (NEC) and CNMI Building and Seismic Codes. All new construction shall be performed by a licensed building contractor who is authorized to work in the CNMI.� Example of construction consists of 1 to 3- bedroom homes.� Some of these homes may require additional ADA (Americans with Disabilities Act) requirements. The period of performance for this awarded contract will be six (6) months with one (1) six (6)-month�option.� The North American Industry Classification System (NAICS) code for this requirement is 23611, Residential Construction. The business size standard is $36.5M in average annual receipts. This�will be�an unrestricted requirement; however, in accordance with FAR 26.202 Local Area Preference; preference shall be given, to the extent feasible and practicable to local firms.� Preference will be given via an evaluation preference.� Contractors will be required to submit a bid bond with quotes and are required to have both performance and payment bonding capacity equal to the construction dollar value after award of a task order. This pre-solicitation is for informational purposes only and does not constitute a request for quotes. All other information will be included in a solicitation via www.beta.sam on or about 30�April 2020.� All interested parties are responsible to monitor this website for any information or updates regarding this requirement.� All prospective contractors must be registered in www.sam.gov prior to award of a Federal contract, failure to register will deem your firm ineligible to receive Federal awards.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f0e2552d972740e883733ddea42cec45/view)
- Place of Performance
- Address: MP 99650, USA
- Zip Code: 99650
- Country: USA
- Zip Code: 99650
- Record
- SN05604251-F 20200401/200330230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |