Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2025 SAM #8539
SOLICITATION NOTICE

56 -- IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF ROOFING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS

Notice Date
4/11/2025 2:38:12 PM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247324R5225
 
Response Due
5/5/2025 2:00:00 PM
 
Archive Date
02/20/2026
 
Point of Contact
Elson Muzada, Phone: 6197054662, Jaime Flores, Phone: 619-705-4873
 
E-Mail Address
elson.g.muzada.civ@us.navy.mil, jaime.r.flores4.civ@us.navy.mil
(elson.g.muzada.civ@us.navy.mil, jaime.r.flores4.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 set-aside for small business. All Offerors being evaluated will be considered equal. No preferences will be given. This procurement will use the one-phase design-build selection procedure which will consist of one solicitation 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 the 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/or repair, by design-build or design-bid-build, of roofing systems 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, but are not limited to: new installation, addition, alterations, maintenance, repair, emergency leak response and testing for hazardous material on various roofing systems with associated repairs. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and HVAC ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies. The types of roofing systems may include, but are not limited to: single ply, PVC, modified bitumen, shingle, tile, preformed metal, foam and built-up roofing systems. The North American Industry Classification System (NAICS) code is 238160 (Roofing Contractors) and the annual size standard is $19 million. The basic contract period will be for two (2) years. Each contract contains six (6) option periods of one (1) year each for a total maximum duration of eight (8) years. The estimated price range, 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 $100,000 and $7,500,000. 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: One Phase: Factor 1 - Experience, Factor 2 ? Past Performance, Factor 3 - Safety, and Factor 4 ? 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 SAM.gov website. Plan holders lists will not be provided and will be available only at the SAM.gov website. A sources sought notice (N6247324R5225) for this procurement was posted on February 28, 2024, on the SAM.gov 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92688019c65e475ea83c7ad255c43862/view)
 
Record
SN07406481-F 20250413/250411230056 (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.