Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2020 SAM #6761
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) GLOBAL CONTINGENCY CONSTRUCTION (GCC) MULTIPLE AWARD CONTRACT (MAC)

Notice Date
6/1/2020 2:47:54 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N6247020R5003
 
Archive Date
07/16/2020
 
Point of Contact
Amber Forehand-Hughes, Phone: 7573228336, Linda Stein, Phone: 7573224489
 
E-Mail Address
amber.forehand@navy.mil, linda.stein@navy.mil
(amber.forehand@navy.mil, linda.stein@navy.mil)
 
Description
On or about July 16, 2020, Naval Facilities Engineering Command, Atlantic, Norfolk, VA intends to issue a Request for Proposal (RFP) for a Global Contingency Construction Contract.� The closing date for receipt of proposals will be indicated on the solicitation. The solicitation will be unrestricted, and HUBZone Price Evaluation Preference applies. The North American Industry Classification System (NAICS) is 236220, Commercial and Institutional Building Construction with a Size Standard of $39,500,000 as work for task orders issued under resultant contracts will primarily be within this NAICS Code. Task orders may also include work under other Construction Sector NAICS Codes (e.g. 237310 Highway, Street, and Bridge Construction and 237990 Other Heavy and Civil Engineering Construction). �The Government intends to award an Indefinite Delivery Indefinite Quantity - Multiple Award Contract (GCC-MAC) with provisions to issue Cost Plus Award Fee and Firm-Fixed Price task orders. The Government may award this contract to more than one contractor. �The Government intends to award approximately four (4) contracts as a result of this solicitation.� Each contract will be for a base year and seven (7) one-year option periods.� The total maximum value for the GCC-MAC is Not to Exceed $5 billion (base year and seven option years), including all contracts awarded under the RFP.� The minimum guarantee for each contract is $25,000.� Future Task Orders will be competed among the awardees. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. This contract will replace the current contract for similar services awarded in March 2019. The total maximum value of the current contract is $2,087,443,694.32 (EST) over the 5 year life of the contract. Information about the current contract and incumbent contractors (e.g. value of contracts, firm�s names, addresses, etc) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The solicitation will utilize source selection procedures in accordance with FAR Part 15, (Best Value/Tradeoff process), which require offerors to submit a technical proposal and a cost proposal for evaluation by the Government. The work includes but is not limited to providing supervision, equipment, materials, labor, travel and all means necessary to provide the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other Federal agencies when authorized, an immediate response for civilian construction contract capability.� Construction and related engineering and services would be in response to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics, and other urgent requirements.� This includes occasional projects to ensure readiness to perform under emergency situations.� The scope includes the capability to provide general mobilization services (embarkation) for personnel, equipment and material in support of Naval Construction Forces (NCF) mobilization, and similar mobilization efforts. �The work also includes the capability to set up and operate a Material Liaison Office (MLO) at a deployed site in support of NCF operations. �The contractor may be tasked to participate in military exercises. Work will be predominately construction. The contractor, on a limited basis and incidental to construction services, may be required to provide Base Operating Support (BOS) Services such as: Air Operations; Port Operations; Morale, Welfare and Recreation Support; Galley; Billeting; Facilities Support; Utilities; Base Support Vehicles and Equipment; and Environmental services.� These services are primarily anticipated in support of facilities overseas, but may also be ordered for work in the United States in support of disaster recovery efforts and other contingency operations. �Applicable labor requirements and clauses will be incorporated by individual task order, as necessary, for work performed in the United States.� One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total cost; and to award to the proposers submitting the proposals determined by the Government to be the most advantageous to the Government. �Proposers are advised an award may be made without discussions or any contact concerning the proposals received. Proposers should not assume they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact proposers to clarify aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary. If discussions are conducted, proposers in the competitive range may be afforded the opportunity to revise their proposals. The Government may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. When issued, the solicitation will be available in electronic media only and can be downloaded free of charge via the World Wide Web at the Beta System for Award Management (SAM) website, https://beta.sam.gov, under pre-solicitation notice N6247020R5003.� There will be no paper copies of the solicitation issued.� Amendments will be posted on the Beta SAM website for downloading.� This will be the only method of distribution; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation.� Offerors must be registered in the System for Award Management (SAM) https://www.sam.gov in order to participate in this procurement.� All questions concerning this solicitation shall be addressed to: Amber Forehand-Hughes by telephone at 757-322-8336 or by email at amber.forehand@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/56a6bbb7b5004e37b1a8aff820572b54/view)
 
Record
SN05675810-F 20200603/200601230144 (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 |
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.