Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOLICITATION NOTICE

Y -- Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Mechanical projects at various locations within Naval Facilities Engineering Systems Command, Washington�s (NAVFAC WASH) Area of Responsibility (AOR).

Notice Date
3/26/2024 7:14:46 AM
 
Notice Type
Presolicitation
 
NAICS
23822 —
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008024R2396
 
Response Due
4/10/2024 11:00:00 AM
 
Archive Date
04/25/2024
 
Point of Contact
Mahlon Nasubo, Phone: 2024490617, Holly Snow, Phone: 2024500320
 
E-Mail Address
mahlon.o.nasubo.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil
(mahlon.o.nasubo.civ@us.navy.mil, holly.r.snow.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID.? NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.?� The intent of this pre-solicitation synopsis to notify potential offerors of a Design-Build/Design-Bid-Build (DB/DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Mechanical projects at various locations within Naval Facilities Engineering Systems Command, Washington�s (NAVFAC WASH) Area of Responsibility (AOR) or any other location by agreement of Government and Contractor.� PROJECT DESCRIPTION� Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across the NAVFAC Washington AOR. This MACC will encompass a wide range of DB/DBB projects that include, new construction, demolition, repair, alteration, and renovation of HVAC equipment, systems and infrastructure to include but not limited to, system components such as fans, motors, ductwork, controls, pumps, piping, supports, and insulation. Types of facilities may include, but are not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, hangars, etc.� 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 $250,000 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 for a total of 8 years�(96 months), whichever occurs first.?The minimum guarantee for each contract is $5,000. Individual project task orders will be established to meet customer requirements with independent completion dates and liquidated damages, if required.� Should a MACC contractor with a guaranteed minimum be unable to competitively secure a task order to meet the minimum guarantee, the Government reserves the right to negotiate a task order directly with that contractor.� Procurement Method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation�� This solicitation will be advertised as 8(a) Small Business Set-Aside. The NAVFAC Wash Office of Small Business concurs with the determination.�� 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 solicitation will be using a demonstration project to advertise in order to obtain price comparisons between offerors for evaluation.� The project will be Perform Study/Design of 70 HVAC System, Naval Support Activity Bethesda, Maryland. The project includes the reconfiguring and rebalancing of all HVAC zones located at levels two and three of the Uniformed Services University Health Sciences (USUHS) Building 70. This project was selected as the demonstration project from existing requirements to best represent the nature of potential work under the contract. The Government reserves the right to award the demonstration project at the time of the basic contract award or before the proposal expiration period, should funds become available. If the demonstration project is not awarded with the basic award, the guaranteed minimum will be awarded.� In accordance with FAR 36.204, the estimated magnitude of construction for the demonstration project is between $1,000,000 and $5,000,000.� The North American Industry Classification System (NAICS) Code is 238220, with the annual size standard of $19.0M.� Firms shall demonstrate a minimum bonding capacity per project of at least $15,000,000 and an aggregate bonding capacity of $50,000,000.�� This is a new procurement. It does not replace an existing contract. No prior contract information exists.� This office anticipates award of a contract for these services by December 2024.?� The Request for Proposal (RFP) will be issued around 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://www.sam.gov and https://piee.eb.mil�� 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 Mahlon Nasubo at mahlon.o.nasubo.civ@us.navy.mil�� ?�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f2cc7aa08d14115a1022dcd5e2de06c/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN07009248-F 20240328/240326230044 (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.