United States - Idiq macc for new construction, renovation, and repair OF wet utilities projects at various government installations located in ca, az, nv, ut, co, and nm

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
12 September 2024
Opportunity publication date
23 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

This procurement is for a multiple award construction contract (MACC) and is being advertised as a 100% total set-aside for small business concerns. This procurement will use the two-phase design-build selection procedures and will consist of one solicitation covering both phases with the intent to award approximately five (5) 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 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, renovation, and/or repair, by design-build or design-bid-build, of wet utilities projects 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. Projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, wastewater, pumping stations, treatment plants, and storage tanks are included. This contract will not include waterfront/marine construction or petroleum, oils, and lubricant (POL) systems construction. The North American Industry Classification System (NAICS) code is 237110 (Water and Sewer Line and Related Structures), and the annual size standard is $45 million. The period of performance for the basic contracts will be for a base period of two (2) years. Each contract contains six (6) one-year option periods of one (1) year each for a total maximum duration of eight (8) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $249,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $300,000 and $20,000,000. 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, upon award of the contract, a minimum of $5,000 is guaranteed to be awarded to each awardee for 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, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001); and Factor 6 - 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 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 listed above. A sources sought notice (N6247323R1411) for this procurement was posted on February 16, 2023, 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 100% small business set-aside. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concurred with this decision.

Opportunity closing date
12 September 2024
Value of contract
to be confirmed

About the buyer

Address
NAVFACSYSCOM SOUTHWEST

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?