SOLICITATION NOTICE
Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION AND REPAIR OF VARIOUS HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) SYSTEM PROJECTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPO
- Notice Date
- 5/17/2024 9:51:05 AM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
- ZIP Code
- 92132-0001
- Solicitation Number
- N6247323R3409
- Response Due
- 5/23/2024 2:00:00 PM
- Archive Date
- 05/17/2025
- Point of Contact
- Chad Slade, Phone: 6197054677, Kathy Dai, Phone: 6197054641
- E-Mail Address
-
chad.a.slade.civ@us.navy.mil, kathy.y.dai.civ@us.navy.mil
(chad.a.slade.civ@us.navy.mil, kathy.y.dai.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This procurement is for a multiple award construction contract (MACC) and is being advertised as a Small Business Set-Aside. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award approximately three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and repair, of heating, ventilation, and air conditioning projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Types of projects may include, Boiler/Chiller plants; Digital Direct Controls or Energy Management Control System; HVAC equipment energy optimization; commissioning and retro commissioning; distribution systems including supply and return air systems, ventilation and exhaust systems, steam, glycol, medical gas, refrigerant, heating hot water and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; energy supply including oil, gas, steam, heating hot and chilled water distribution systems; other HVAC systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing. The North American Industry Classification System (NAICS) code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors), and the annual size standard is $19 million. The basic contract period will be for two (2) years. Each contract contains three (3) one-year option periods for a total maximum duration of five (5) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $200,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $50,000 and $10,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 ? Experience, and Factor 3 ? Past Performance; Phase 2: Factor 4 ? Safety, Factor 5 - Technical Solution (based on Proposed Task Order 0001), and Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held and no pre-proposal conference will be conducted. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. No hard copies will be provided. IT IS THE CONTRACTOR?S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A sources sought notice (N6247323RHVAC) for this procurement was posted on March 13, 2023, on the SAM website, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a Small Business Set-Aside. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concurred with this decision.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d593091017f84cd5ad203921c71157b7/view)
- Record
- SN07068496-F 20240519/240517230048 (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 |