Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

Z -- IDIQ JOC UNDER NAICS 238220 FOR NAVAL INFORMATION WARFARE

Notice Date
1/24/2023 3:09:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-23-R-0023
 
Response Due
2/28/2023 2:00:00 PM
 
Archive Date
03/15/2023
 
Point of Contact
Chad A Slade, Contract Specialist, Phone: 619-553-6720
 
E-Mail Address
chad.a.slade.civ@us.navy.mil
(chad.a.slade.civ@us.navy.mil)
 
Description
The Department of the Navy, Naval Information Warfare Center (NIWC), Pacific is officially issuing a solicitation No. N66001-23-R-0023 (formerly N66001-22-R-0006) for a competitive Small Business Administration (SBA) Designated Historically Underutilized Business Zone (HUBZone) firm for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Job Order Contract (JOC) under NAICS 238220 for work at NIWC PAC, NAVAL BASE POINT LOMA, SAN DIEGO, CA area of responsibility. Types of projects to be performed will primarily consist of mechanical, electrical, and plumbing specialty trade work including, but not limited to, electrical (low voltage, feeder installation, buss duct installation, transformers and switch gear, etc.), mechanical (HVAC, boilers, pumping systems, hydronic systems, heat pumps, variable-refrigerant-flow systems, standard direct-expansion systems and plumbing systems, etc.) and fire suppression/protection system installation and repair (fire alarms and sprinklers, clean-agent extinguishing systems, central fire alarm reporting systems, passive fire protection equipment and fixtures, etc.). When required, work will include incidental construction work, such as construction of equipment pads, touch-up painting, wall repairs, etc. Work may also include testing-and-balancing, final inspection and acceptance testing of systems. This acquisition is restricted to qualified SBA Certified HUBZone firms under the assigned NAICS code. In order to qualify as a HUBZone contractor, companies must meet the requirements and steps listed at the SBA's webpage at https://www.sba.gov/federal- contracting/contracting-assistanceprograms/hubzone-program having current registration in the System for Award Management (SAM) database, submitting all supporting documentation through the SBA's General Login System (GLS) at https://eweb.sba.gov/gls. This is a FFP/IDIQ pre-solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of two (2) years with one (1) three-year option period, for a maximum total of five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 238220 � Plumbing, Heating, and Air-Conditioning Contractors, with a corresponding small business size standard of $19 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $50,000,000. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. Task order range will be $2,000 to $1,000,000. A seed project (Proposed Task Order 0001) is expected to be awarded as a result of this solicitation; however, the Government reserves the right not to issue a Task Order and/or to issue a Task Order for the $5,000 minimum guarantee in lieu of the Planned Task Order (PTO) 0001, if its determined to be in the best interests of the Government. This acquisition will utilize the best value source selection process with the intent to award a single contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award without discussions, if appropriate. 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; and FACTOR 5: PRICE � Based on PTO 0001. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to eCommerce at https://e-commerce.dc3n.navy.mil on January 24, 2023. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eadafadac0c6421c962db9e17b8321ef/view)
 
Record
SN06571755-F 20230126/230124230106 (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  © 1994-2020, Loren Data Corp.