Search Contract Opportunities

Presolicitation Notice for N4008523B2509 Regional Indefinite Delivery Indefinite Quantity Painting and Wall Covering Contract at Various Government Sites in the Greater Hampton Roads Area of Virginia   2

ID: N4008523B2509 • Type: Presolicitation

Description

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for a Regional Indefinite Delivery Indefinite Quantity (IDIQ) contract for Painting and Wall Covering at various Government sites in the greater Hampton Roads Area of Responsibility (AOR).

It is the general intent of this Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract to secure services for Painting and Wall Covering at various Government sites in the greater Hampton Roads Area of Responsibility (AOR).Types of work to be included in this contract are as follows, but are not limited to: Minor interior painting projects of one to two rooms; Minor exterior painting projects; Painting may be for other facility related structures, such as bollards, canopies, etc.; Interior office, administrative, residential or similar facility intended for human occupancy, in heated and air conditioned space of up to 35,000 square feet of painted surface area, including walls, doors, window frames, interior trim, and/or ceilings; Interior industrial, warehouse, hangar or similar high bay structure of up to 35,000 square feet of painted surface area, including walls, doors, window frames, interior trim, floors, ceilings, exposed structural elements, and/or exposed mechanical equipment, ductwork and piping, requiring use of scaffolding, personnel lifts, or other means of accessing high bay areas other than the use of ladders alone; Exterior office, administrative, residential or similar facility of up to 35,000 square feet of painted surface area, including walls, doors, window frames, trim, soffits, overhangs, exposed structural elements, metal roofing, metal, wood or asbestos siding, and miscellaneous exterior elements, requiring use of scaffolding, personnel lifts, or other means of accessing high areas other than the use of ladders alone; Exterior industrial, warehouse, hangar or similar high bay structure of up to 35,000 square feet of painted surface area, including walls, trim, soffits, overhangs, exposed structural elements, metal roofing, metal, wood or asbestos siding, miscellaneous exterior elements, and/or exposed mechanical equipment, ductwork and piping, requiring use of scaffolding, personnel lifts, or other means of accessing high areas other than the use of ladders alone; The painting work under this contract may include extensive preparation, sanding, scraping, filling, patching, lead paint abatement, sealants, and other related work; Phased work will be required in and around occupied spaces including facilities with ongoing operations of a critical nature. Contractor will be required to consult with Activities and Facility Managers to develop phasing plans to execute projects in occupied facilities.

The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years.

The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238320, Painting and Wall Covering Contractors; with a Small Business Size Standard of $19,000,000.

This solicitation is being advertised as a total 8(a) Small Business set-aside and will be solicited utilizing Sealed Bidding procedures outlined in FAR Part 14.103-2. Award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price related factors included in the invitation.

In accordance with DFARS 236.204 (i), the total estimated magnitude of construction for this contract (base period plus option years) is between $10,000,000 and $25,000,000.

A Sources Sought notice was initially published on 22 June 2023 to determine the capability of small businesses to perform the requirement. The Sources Sought notice yielded three (3) Small Business responses with only one (1) having submitted complete capabilities packages for evaluation. The Sources Sought notice was re-published on 15 August 2023 to update the Size Criteria. The re-published notice received nine (9) Small Business responses with three (3) having submitted complete capabilities packages for evaluation. Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is a reasonable expectation that an adequate number of 8(a) Small Business firms would respond to or be qualified to perform the requirements of this solicitation. NAVFAC Mid-Atlantic's Office of Small Business Programs concurred with this decision on 19 October 2023.

The Request for Proposal (RFP) will be issued on or about 15 November 2023. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. 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 Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil.

Overview

Response Deadline
None
Posted
Nov. 1, 2023, 8:33 a.m. EDT
Set Aside
8(a) (8A)
Place of Performance
VA United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 11/1/23 Naval Facilities Engineering Command issued Presolicitation N4008523B2509 for Presolicitation Notice for N4008523B2509 Regional Indefinite Delivery Indefinite Quantity Painting and Wall Covering Contract at Various Government Sites in the Greater Hampton Roads Area of Virginia. The opportunity was issued with a 8(a) (8A) set aside with NAICS 238320 (SBA Size Standard $19 Million) and PSC Y1JZ.
Primary Contact
Name
Kristy Gerrek   Profile
Phone
(757) 341-0089

Documents

Posted documents for Presolicitation N4008523B2509

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008523B2509

Incumbent or Similar Awards

Contracts Similar to Presolicitation N4008523B2509

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008523B2509

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008523B2509

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Dec. 31, 2023
Last Updated By
kristy.gerrek@navy.mil
Archive Date
Dec. 31, 2023