N66001-22-R-0003 IDIQ JOC UNDER NAICS 238990 FOR NAVAL INFORMATION WARFARE CENTER, PACIFIC (NIWC PAC) AREA OF RESPONSIBILITY
Process Number N66001-22-R-XXXX
Dates:
N66001-22-R-XXXX
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:NIWC PACIFIC
Office:NIWC PACIFIC
General Information:
(utc-08:00) pacific standard time, los angeles, usa
Updated Published Date:(utc-08:00) pacific standard time, los angeles, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:jan 19, 2022 02:00 pm pst
Inactive Policy:manual
Original Inactive Date:feb 03, 2022
Initiative:- None***--***
Classification:
z - maint, repair, alter real property
NAICS Code:238990 - all other specialty trade contractors
Description:
This is a competitive procurement for an 8(a) firm for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Job Order Contract (JOC) under NAICS 238990 for work at NIWC PAC, NAVAL BASE POINT LOMA, SAN DIEGO, CA area of responsibility. Types of projects to be performed will primarily consist of specialty trade work including, but not limited to, electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation. This acquisition is being restricted to qualified 8(a) firms within the geographical area serviced by the San Diego District Office and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. In order to qualify as an 8(a) contractor, companies must meet the requirements and steps listed at the SBA's webpage at http://www.sba.gov/content/8a-requirements-overview having current registration in the System for Award Management (SAM) database and uploading / categorizing all required documents in the 8(a) program repository through the SBA's General Login System (GLS) at https://eweb.sba.gov/gls. This is a FFP/IDIQ pre-solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of two (2) years with one (1) three-year option period, for a maximum total of five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 238990 – All Other Specialty Trade Contractors, with a corresponding small business size standard of $15.0 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $50,000,000. The only work authorized under this contract is work ordered by the Government through the 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. Task order range will be $2,000 to $1,000,000. A seed project (Proposed Task Order 0001) is expected to be awarded as a result of this solicitation; however, the Government reserves the right not to issue a Task Order and/or to issue a Task Order for the $5,000 minimum guarantee in lieu of the Planned Task Order (PTO) 0001, if it's determined to be in the best interests of the Government. This acquisition will utilize the best value source selection process with the intent to award a single contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award with further discussions if appropriate. Selection for award will be based on evaluation of the following: FACTOR 1: ABILITY TO MANAGE MULTIPLE SIMULTANEOUS PROJECTS; FACTOR 2: EXPERIENCE; FACTOR 3: PAST PERFORMANCE; FACTOR 4: SAFETY; and FACTOR 5: PRICE – Based on PTO #0001. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to eCommerce https://e- commerce.sscno.nmci.navy.mil/command/02/acq/navhome.nsf/homepage?readform IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned websites.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
53560 HULL STREET
SAN DIEGO , CA 92152-5001
USA
Primary Point of Contacts:Georgina Perry