Similar Projects
Last Updated | 02/14/2023 01:34 AM |
Project Title | Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract |
Physical Address | View project details and contacts |
City, State (County) | San Diego, CA 92132 (San Diego County) |
Category(s) | Single Trades |
Sub-Category(s) | Service/Term Contracts |
Contracting Method | Competitive Bids |
Project Status | Sub-Bidding, Construction start expected March 2023 |
Bids Due | View project details and contacts |
Estimated Value | $5,000,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | This procurement is for a multiple award construction contract (MACC) and is being advertised as a set-aside for 8(a) Concerns. All Offerors being evaluated will be considered equal. No preferences will be given. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible proposers 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 his/her 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, repair, and renovation by design-build or design-bid-build of commercial and institutional buildings at various government installations within the NAVFAC Southwest area of responsibility including, but not limited to: California, Arizona, Nevada, Utah, Colorado, and New Mexico. The work will be for Commercial and Institutional Building projects that may include, but are not limited to: administration buildings, armories, auditoriums, Bachelor Enlisted Quarters (BEQs), child care centers, fire stations, gymnasiums, hangars, hospitals, maintenance/repair facilities, warehouses, and other similar facilities. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $39.5 million. The base contract period will be for one (1) two (2) years base period and two (2) three-year option periods for a maximum of eight (8) years. The estimated maximum dollar value, including the base period and option for all contracts combined is $495,000,000. Task orders will range between $100,000 and $5,000,000. 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 only work authorized under this contract is work ordered by the government through 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, 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; Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution, Factor 6 - Price - Based on Proposed Task Order 0001. Source Selection procedures will be used and 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. THE SOLICITATION AND ASSOCIATED DOCUMENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the website on or about November 11, 2022. 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 address listed above. A sources sought notice was posted , 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 8(a) set-aside. The U. S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision. The method of contractor selection has not been determined at this time. |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |