Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOLICITATION NOTICE

Y -- Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract for the NAVFAC SE AO

Notice Date
12/6/2023 6:10:29 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-23-R-0013
 
Response Due
12/21/2023 12:00:00 PM
 
Archive Date
01/05/2024
 
Point of Contact
Dennis P Bourgault, Phone: 9045426686, Garry L Murphy, Phone: 9045426912
 
E-Mail Address
dennis.p.bourgault.civ@us.navy.mil, garry.l.murphy4.civ@us.navy.mil
(dennis.p.bourgault.civ@us.navy.mil, garry.l.murphy4.civ@us.navy.mil)
 
Description
The Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) has been tasked to develop, solicit and award a competitively negotiated Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for new construction, renovation, alteration, and repair of large general construction projects to be performed within Department of Defense (DoD) activities in the NAVFAC SE Area of Responsibility (AOR), which includes, but is not limited to, the States of Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee and Texas. A Sources Sought Notice for this requirement was posted on SAM.gov under solicitation N69450-22-R-LGAO on October 19, 2022, requesting small business industry interest and capability statements. Based upon responses from the Notice, the Government concluded that there was an insufficient number of evaluated small businesses that could meet the minimum requirements and qualifications. Accordingly, the Request for Proposal (RFP) will be issued on an unrestricted basis, inviting full and open competition. All responsible businesses with the specialized experience and qualifications required by the RFP may submit a proposal to be considered by the Agency. The NAICS code for this IDIQ MACC solicitation is 236220, with a size standard of $45,000,000 ($45M). The Government intends to award no more than ten contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value after evaluation in accordance with the factors and their relative importance in the solicitation. Each MACC will have a duration period of five (5) years or an aggregate maximum not-to-exceed (NTE) amount of $1,999,000,000 ($1.999B) for all contracts, whichever comes first. There is no yearly or per contractor task order limit except for the total five-year maximum. Task orders will be firm-fixed-priced, with a minimum value of $30,000,000 ($30M) and a maximum value of $150,000,000 ($150M); however, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest and approved by the NAVFAC SE Chief of Contracting Office. Construction projects are planned to be issued competitively among MACC holders as task orders. The work to be performed consists of general building-type projects (new construction, renovation, alteration, demolition, and repair work) including, but not limited to: 1) aviation and aircraft facilities, 2) industrial facilities, 3) barracks, dormitories and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) maintenance facilities, 9) research facilities 10) commissaries/retail, 11) medical facilities, 12) waterfront facilities, and other similar types of facilities for the areas managed by NAVFAC SE. Projects will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. Projects may be based on design-build or full plans and specifications format and may also require comprehensive interior design and incorporation of sustainable features. The source selection method to be used is a best value continuum process in a negotiated, two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. Offerors selected to proceed to Phase Two will be required to submit technical and price proposals for a seed project task order, which will be identified prior to entering into Phase Two. Offerors who fail to submit technical and price proposals will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ contract under the MACC and the seed project task order, subject to funding availability. The remaining selected offerors will be awarded an IDIQ contract under the MACC and a minimum guarantee task order of $1,000.00 over the five-year period. This will be an electronic solicitation, which will be posted to Contract Opportunities on the SAM.gov website via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. The solicitation will be available no earlier than 15 days after this pre-solicitation notice is posted. A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase Two, with the exact date and time specified in the Phase Two solicitation. Offerors are responsible for checking the SAM.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER. Phase-One proposals will be due no earlier than 30 days after the solicitation is released. The exact date and time will be specified in the Phase One solicitation. Proposals must be submitted electronically via PIEE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3e00d10f9584bbd93ad5a8ab4835ce2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06904224-F 20231208/231206230045 (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.