Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOLICITATION NOTICE

Z -- IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF

Notice Date
4/18/2025 11:16:00 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247324R0048
 
Archive Date
04/18/2026
 
Point of Contact
Heather Race, Phone: (619) 705-4676
 
E-Mail Address
heather.l.race.civ@us.navy.mil
(heather.l.race.civ@us.navy.mil)
 
Small Business Set-Aside
EDWOSB SBA Certified Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside (FAR 19.15)
 
Description
This procurement is for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) and is being advertised as a 100% Total Econimically Disadvantaged Women Owned Small Business set-aside. This procurement will utilize the best value source selection process with the intent of awarding one (1) contract to one (1) responsible Offeror whose proposal, 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 JOC contract with 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 their properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of ALL OTHER SPECIALTY TRADE CONSTRUCTION PROJECTS. The work to be acquired under this solicitation is for construction, supervision, equipment, material, labor, and all means necessary for specialty trade projects at various government facilities within the NAVFAC SW Facilities Engineering Acquisition Divisions (FEAD) Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station (MCAS) Miramar, California, Area of Responsibility (AOR) and other locations as approved. Types of projects may include but are not limited to: specialty trade projects. The North American Industry Classification System (NAICS) code is 238990 (All Other Specialty Trade Contractors) with a small business size standard of $19 million. The basic contract performance period will be for 24 months. The contract contains one (1) 36-month option for a total maximum duration of five (5) years. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $49,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $2,000 and $1,000,000. 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 a contract without discussions. Selection for award will be based on evaluation of the following: Factor 1 ? Ability to Manage Multiple Simultaneous Projects, Factor 2 ? Experience, Factor 3 - Past Performance, Factor 4 ? Safety, Factor 5 ?Price (based on Proposed Task Order 0001). Best Value Tradeoff Source Selection procedures will be used, and an award may be made to the Offeror 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.This acquisition is being restricted to Small Businesses and 238990 NAICS code. In order to qualify as a Small Business contractor, companies must meet the requirements and steps listed at the SBA?s webpage at (sba.gov)https://www.sba.gov/federal-contracting/contracting-guide/basic-requirements and have current registration in the System for Award Management (SAM) database. NOTE: SAM registrations are taking longer than usual to complete/process. This is especially true for newly formed Joint Ventures. Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal.THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to https://PIEE.eb.mil/ and https://sam.gov/content/opportunities on or around May 5, 2025. IT IS THE CONTRACTOR?S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned websites. Plan holders? lists will not be faxed and will be available only at Internet website address listed above. No pre-proposal conference is planned at this time. If the decision is made to have such a conference, the appropriate information will be included in the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/59d31ef4d7be46e1afdacb8c057d4425/view)
 
Record
SN07414212-F 20250420/250418230044 (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.