Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SOLICITATION NOTICE

Y -- Indefinite-Delivery/Indefinite-Quantity Small Business Multiple Award Construction Contract for Roofing, and Renovation of Various Facilities at Public Works Departments and NAVFAC Washington Area of Responsibility

Notice Date
3/21/2024 5:30:09 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008024R2401
 
Response Due
4/5/2024 5:08:00 AM
 
Archive Date
04/20/2024
 
Point of Contact
Daniel Russell, Phone: 2028056262, Holly Snow, Phone: 2024500320
 
E-Mail Address
daniel.russell1@navy.mil, holly.r.snow.civ@us.navy.mil
(daniel.russell1@navy.mil, holly.r.snow.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice does NOT constitute a request for proposal, request for quote or invitation for bid.?� This contract(s) will require the ability to manage multiple service task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, New Construction, Demolition, Repair, Alteration, and/or renovation of roofing or roofing materials (and may include minor general construction scope such as architectural, structural, mechanical or electrical items). Task Orders may include, but not limited to,� removal and reinstallation of existing roof mounted equipment and enclosures, �cut-out� demolition and installation of framing and curbing for new, and/or replaced equipment, �patching-in� around new equipment, secure and disconnect electrical, gas, refrigeration, steam and condensate and other process services in conjunction with �remove and reinstall� or �install new� equipment during accomplishment roofing work, roofing demolition and debris handling and disposal, installation of new roofing, scheduled repair of existing roofs, emergency roof repair, repair or replacement of roof drains, connector piping, drain pans, gutters and leaders, parapet wall treatments, flashing, cap treatments, repair or replacement of roof decking materials, repair, replacement or installation of permanent fall protection, access ladders, access and smoke hatches, roof expansion joints, and roof work which potentially involves asbestos containing material and/or lead containing material handling, abatement and disposal, as well as interior dust and debris containment and protection in accordance with applicable federal, state, and local safety and health regulations. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangars, etc.� The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.� It is anticipated that approximately five (5) contracts will be awarded as a result of this potential solicitation unless more or less than five (5) is determined to be the best value to the government by the Source Selection Authority.� Projects awarded on this MACC will have an estimated construction cost of approximately $150,000 to $15,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The resulting contracts will have an aggregate capacity of $249 Million and will include a 2-year base ordering period, plus two (2) 3-year ordering period options.� Firms shall demonstrate a minimum bonding capacity per project of at least $15,000,000 and an aggregate bonding capacity of $50,000,000.� The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation.�� This solicitation is being advertised as a Small Business Set-Aside.�� This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff.? The basis for evaluation and evaluation factors for award will be included in the solicitation.� The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238160 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $19,000,000.?� This is a new procurement. It does not replace an existing contract. No prior contract information exists.� The contract term will be a base period of two (2) years from the date of contract award with 2 (two) three-year option periods, not to exceed 96 months.� This office anticipates award of a contract for these services by December 2024.� Based on the market research conducted for this procurement, there is a reasonable expectation that two or more capable small businesses will propose on this requirement.? Successful award and completion of the requirements can be achieved by soliciting this contract as a Small Business Set-Aside, as stated in the DD2579, Small Business Coordination Record.? The NAVFAC Assistant Deputy Director for Small Business concurred with the recommendation on 03 November 2023.? On 08 November 2023, the Small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579.� The Request for Proposal (RFP) will be issued on or about April 2024.?�� All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites.? The official address to the websites are https://piee.eb.mil and https://www.sam.gov.?�� Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued.? A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.� IMPORTANT NOTICE:? All prospective offerors must be registered in the System for Award Management (SAM).? You must have an active registration in SAM to do business with the federal government.? For additional information, go to https://www.sam.gov.� Questions regarding this notice should be directed to Daniel Russell at daniel.russell.civ@us.navy.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b1e34337bfb4d7cae0328d00add9704/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN07004809-F 20240323/240321230044 (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.