Search Contract Opportunities

HUBZONE SB II SET-ASIDE MACC, FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF COMMERCIAL AND INSTITUTIONAL FACILITIES   12

ID: N6247319R2436 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 8, 2020, 7:41 p.m. EST

This procurement is for a multiple award construction contract (MACC) and is restricted to HUBZone Small Business 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 facilities 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 Facilities and types of projects may include, but are not limited to: airport building, office/administrative building, communications facility, vehicle maintenance facility, armories, parking garage (paved parking lots will not be considered relevant), barracks facility, prison facility, fire station, religious building, hotel, dining facility, hospital/ medical facilities, warehouse facility, school facility, and/or retail facility. 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 two (2) years. Each contract contains one (1), three (3) year option for a total maximum duration of 5 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 $3,000,000 and $9,000,000. 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 Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about January 31, 2020. 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. Plan holders lists will not be faxed and will be available only at the website listed above. No Sources Sought notice was issued for this solicitation. The incumbent firms on the current HUBZone MACC were contacted to determine if they still meet the small business designation and whether they would still be interested in proposing on a future MACC. Three (3) of four (4) of the incumbent HUBZone SB Firms responded to the government survey and indicated that they were eligible to submit for this solicitation and that they would submit a proposal when this solicitation is issued. 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 HUBZone Small Business set-aside. The U. S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.

Posted: Dec. 2, 2019, 5:12 p.m. EST
Posted: Nov. 26, 2019, 7:16 p.m. EST

Overview

Response Deadline
None
Posted
Nov. 26, 2019, 7:16 p.m. EST (updated: Jan. 8, 2020, 7:41 p.m. EST)
Set Aside
HUBZone (HZC)
Place of Performance
San Diego, CA 92132 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
89%
Vehicle Type
Indefinite Delivery Contract
On 11/26/19 NAVFAC Southwest issued Presolicitation N6247319R2436 for HUBZONE SB II SET-ASIDE MACC, FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF COMMERCIAL AND INSTITUTIONAL FACILITIES. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
Kenneth D Redmond   Profile
Phone
(619) 532-1669

Documents

Posted documents for Presolicitation N6247319R2436

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N6247319R2436

Award Notifications

Agency published notification of awards for Presolicitation N6247319R2436

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N6247319R2436

Contract Awards

Prime contracts awarded through Presolicitation N6247319R2436

Protests

GAO protests filed for Presolicitation N6247319R2436

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6247319R2436

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6247319R2436

Experts for HUBZONE SB II SET-ASIDE MACC, FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF COMMERCIAL AND INSTITUTIONAL FACILITIES

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
Dec. 31, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 31, 2020