Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SPECIAL NOTICE

99 -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR RENOVATION, REPAIR, AND NEW CONSTRUCTION, OF MEDICAL FACILITY CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, NM, WA, AND HI

Notice Date
5/11/2021 8:24:04 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247321R1411
 
Response Due
5/28/2021 2:00:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
Anna S. Kurzeja, Phone: 6195323929, Mica C. Paulson
 
E-Mail Address
anna.kurzeja@navy.mil, mica.paulson@navy.mil
(anna.kurzeja@navy.mil, mica.paulson@navy.mil)
 
Description
Naval Facilities Engineering Systems Command, Southwest (NAVFAC SW), San Diego, California, is preparing to release a Solicitation for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for renovation, repair, and new construction, of medical facility construction at various government installations located in California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii. This is a competitive procurement being solicited by full and open competition under the North American Industry Classification System (NAICS) Code 236220 � Commercial and Institutional Building Construction. The purpose of this Special Notice is to advise firms interested in proposing on the Medical MACC that NAVFAC SW will be holding an Industry Forum via MS Teams on 10 June 2021 prior to the posting of the pre-solicitation synopsis and solicitation.� The purpose of the industry forum is to provide prospective offerors the opportunity to review the Government�s Draft Evaluation Factors and provide feedback and/or ask questions prior to RFP issuance.� Those firms who are interested in attending the Industry Forum shall email the names, phone number, and email address of attendees to Anna.Kurzeja@navy.mil NO LATER THAN 28 May 2021.� Your firm will be added to the MS Teams event and will be notified by email of the exact time and instructions on how to join the meeting. The Contract term is for a two year base period and two (2), three-year option periods, for a maximum total maximum period of eight (8) years. The aggregate maximum dollar value of this procurement, including the base year and the option period under the resulting contracts shall not exceed $1,000,000,000. Task Orders awarded from this contract will range between $15,000,000 and $100,000,000. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. The minimum guarantee is $5,000 for the performance period of the resulting contracts. This acquisition will utilize the two-phase Design Build Selection procedures of FAR subpart 36.3.� The Phase One non-price proposal will address the Offeror�s technical approach, construction experience, and past performance.� The Phase One evaluation will result in a determination of the most highly qualified Offerors.� These Offerors will be requested to submit a Phase Two proposal.� Approximately eight (8) or more offerors will be selected to submit a Phase Two proposal. Phase Two of the solicitation will be comprised of a technical and price proposal, which will be evaluated separately in accordance with FAR Part 15.1.� The Phase Two technical proposal will address the Offeror�s technical solution to proposed task order (PTO) 0001, the safety program and small business participation.� The Phase Two proposal will include the Offeror's price for PTO 0001. The following evaluation factors are applicable to the acquisition: Phase One: Factor 1 � Technical Approach Factor 2 � Construction Experience Factor 3 � Past Performance Phase Two: Factor 4 - Safety Factor 5 - Technical Solution - Based on Proposed Task Order 0001 Factor 6 - Small Business Participation Factor 7 - Price - Based on Proposed Task Order 0001 The objective of the MEDICAL MACC is to obtain design-build (DB) and design-bid-build (DBB) Construction services for the renovation, repair, and new construction of medical treatment facility projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii. Enclosures to this Notice include DRAFT MEDICAL MACC Evaluation Factors.� NOTE:� Questions or comments can be submitted via email, preferably no later than 28 May 2021 to allow time to prepare for the industry forum.� The pre-solicitation synopsis will be posted to the Federal Opportunities website at www.beta.sam.gov in the month of June 2021. The solicitation/RFP will be posted to the Federal Opportunities website at www.beta.sam.gov in the month of July 2021.� These are estimated timelines and provided for informational and planning purposes only. THE SOLICITATION/RFP WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. No CDs or hard copies will be provided.� IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE BETA.SAM.GOV WEBSITE AT HTTPS://BETA.SAM.GOV DAILY FOR THE POSTING OF THE PRE-SOLICITATION SYNOPSIS, POSTING OF THE SOLICITATION/RFP, AND POSTING OF ANY AND ALL AMENDMENTS TO THIS SOLICITATION.� Prospective Offerors MUST register themselves on the aforementioned website. Interested Vendors Lists will not be faxed or emailed and will be available only at the Beta.SAM.gov website address listed above.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/333d910c209a4894a6d04bf1f350c493/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05997713-F 20210513/210511230053 (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.