Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2022 SAM #7496
SOLICITATION NOTICE

Y -- Design-Build/Design-Bid-Build 8(a) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii

Notice Date
6/7/2022 7:02:31 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247822R4049
 
Response Due
8/31/2022 3:00:00 PM
 
Point of Contact
Jessica Shimoda, Shari Lillie
 
E-Mail Address
jessica.shimoda@navy.mil, shari.lillie@navy.mil
(jessica.shimoda@navy.mil, shari.lillie@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Design-Build/Design-Bid-Build 8(a) Multiple Award Construction Contract (MACC), within the NAVFAC Hawaii area of responsibility.� The work includes but is not limited to the following: labor, supervision, tools, material and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on Design-Build or Design-Bid-Build (Full Plans and Specifications) for infrastructure within NAVFAC Hawaii�s area of responsibility is defined as 1) residential buildings; 2) industrial buildings and warehouses; 3) nonresidential buildings, other than industrial buildings and warehouses; or 4) improvements such as utilities, landscaping, airfields and roadways.� The areas of consideration will include, but not be limited to, Navy, Marine Corps and Air Force, and miscellaneous Federal and other facilities in NAVFAC Hawaii�s Area of responsibility.� Task orders will be issued for the work that may require design and construction services.� In support of the Design-Build work, the Contractor shall employ the services of an architect/engineering professional firm experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The proposed contract listed here is 100 percent limited to qualifying 8(a) firms.� The Government will not consider offers from other than 8(a) firms. The primary North American Industry Classification System (NAICS) Code is 236220 and the annual size standard is $39.5 million.� The contract term will be a base period of one year plus four one-year option periods.� The total term of the contract, including all options, will not exceed 60 months. The total maximum dollar value of this acquisition is $248,000,000.00 over the life of the contracts or 60 months, whichever occurs first.� The task order minimum and maximum order limitation will be established at $250,000.00 and $5,000,000.00, respectively. The solicitation utilizes source selection procedures, which require Offerors to submit a technical and price proposal for evaluation by the Government.� The basis of award is to award the contract to the offerors submitting the lowest price technically acceptable proposal.� The evaluation factors for are anticipated to be: (a) Technical Approach, (b) Experience, (c) Past Performance and (d) Safety.� Price proposal will consist of lump sum pricing for a Seed Project.� This procurement consists of one solicitation with the intent of awarding approximately five Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts.� The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The only work authorized under this contract is work ordered by the government through 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. Offerors must be registered with the System for Award Management (SAM) in order to receive a Government contract award.� To register, the SAM Internet address is https://www.sam.gov/SAM/. Contractors are not guaranteed work in excess of the minimum guarantee. �There are no additional minimum guarantees obligated for each option year. It is anticipated that the solicitation will be issued on or around July 2022. �The solicitation will be available in electronic format only. �Offerors can view and/or download the solicitation through the Solicitation Module at https://piee.eb.mil/ when it becomes available. �In order to access the solicitation and submit a proposal, you are advised to obtain access to PIEE and request the Solicitation Proposal Manager role.� See attached PIEE Vendor Registration Guide.� For further support or questions, please contact PIEE at 866-618-5988 or open a ticket with https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml. �No hard copies will be provided. �It is the contractor�s responsibility to check the websites daily for any amendments to this solicitation. �Prospective offerors MUST register themselves on the website. �No notice of solicitation activity will be provided to interested offerors. �� The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice.� This notice should not be construed as a commitment by the government for any purpose. Proposal Receipt date is approximate.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a26b2c5bda0343a58e35991e91d423c3/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06349816-F 20220609/220607230059 (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.