IDIQ CONTRACT FOR ROOFING PROJECTS UNDER NAICS 238160 AT VARIOUS GOVERNMENT INSTALLATIONS PRIMARILY AT NAVAL BASE POINT LOMA, AND SECONDARILY AT NAVAL BASE CORO...

expired opportunity(Expired)
From: Federal Government(Federal)
N62473-24-R-3421

Basic Details

started - 18 Mar, 2024 (1 month ago)

Start Date

18 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (22 days ago)

Due Date

05 Apr, 2024 (22 days ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N62473-24-R-3421

Identifier

N62473-24-R-3421
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE NAVY (156966)NAVFAC (10916)NAVFAC PACIFIC CMD (3912)NAVFAC SOUTHWEST SW (132)NAVFACSYSCOM SOUTHWEST (125)
[object Object]

SetAside

HZC(Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This procurement is for a Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) Contract and is being advertised as a 100% HubZone Small Business (HUBZONE) set-aside. This procurement will utilize the best value source selection process with the intent to award one (1) contract to one (1) responsible Offeror whose proposal, 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 a Basic IDIQ contract with 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 their properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings).The work to be acquired
under this solicitation is for minor construction work to be acquired for new construction, repair, rehabilitation, and renovation within the NAICS Code listed for roofing construction, repairs, maintenance and associated work. Types of projects for NAICS Code 238160 are for interior/exterior application, repair and replacement of roofing systems and insulation, including surface preparation and minor related construction work for facilities in various government installations primarily at Naval Base Point Loma, and secondarily in Naval Base Coronado, Naval Base San Diego, and Marine Corps Air Station Miramar and other locations as approved. Roofing work may include, but is not limited to: sheet metal roofing, low-slope roof drain, tests for surface dryness, roof coverings, slate roofing, roof tiles, fasteners, roof panels, sub-purlins, rubber boots, prefabricated curbs, insulation, mineral fiber blanket insulation, tapered roof, and glass mat gypsum roof board. Roofing projects vary in price and size, as well as location and customer. This contract will serve as a Basic IDIQ Contract for related projects under the cognizance of Naval Base Point Loma. Task Orders will be placed against this Basic IDIQ for all subsequent requirements.The North American Industry Classification System (NAICS) code is 238160 (Roofing Contractors) with a small business size standard of $19 million. The basic contract performance period will be for 12 months. The contract contains four (4) 12-month options for a total maximum duration of five (5) years. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $20,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $2,000 and $1,000,000. 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, 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 without discussions. 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, Factor 5 –Price (based on ELIN Schedule). Best Value Tradeoff 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.This acquisition is being restricted to HUBZONE and 238160 NAICS code. In order to qualify as a Small Business contractor, companies must meet the requirements and steps listed at the SBA’s webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/hubzone-program and have current registration in the System for Award Management (SAM) database. NOTE: SAM registrations are taking longer than usual to complete/process. This is especially true for newly formed Joint Ventures. Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal.THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to https://PIEE.eb.mil/ and https://sam.gov/content/opportunities on or around April 8, 2024. 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. Plan holders lists will not be faxed and will be available only at Internet website address listed above.No pre-proposal conference is planned at this time. If the decision is made to have such a conference, the appropriate information will be included in the solicitation.

San Diego ,
 CA   USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : San Diego

Office Address : 750 PACIFIC HIGHWAY SAN DIEGO , CA 92132-0001 USA

Country : United StatesState : CaliforniaCity : San Diego

Classification

naicsCode 238160Roofing Contractors
pscCode Z2AZREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS