The RFP Database
New business relationships start here

Carpet/Resilient Floor Replacement at Various Locations, Oahu, Hawaii by means of an Indefinite Delivery Indefinite Quantity (IDIQ) contract, comprised of non-recurring work items


Hawaii, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Carpet/Resilient Floor Replacement at Various Locations, Oahu, Hawaii by means of an Indefinite Delivery Indefinite Quantity (IDIQ) contract, comprised of non-recurring work items. The work includes, but is not limited to the following: The Contractor shall provide removal and disposal of non-asbestos floor tiles, vinyl, or resilient floorings, flooring adhesives, roll carpets, tile carpets, underlayments,stair nosings/treads; sub-floor preparation, installation of wood baseboards, vinyl baseboards, non-asbestos vinyl floor tiles, vinyl, resilient floorings, roll carpets, tile carpets, wood baseboards, flooring installation with furnishings in place, relocating furnishings, undercutting doors, work site clean-up and disposal of debris.

Procurement Method: Contracting by Negotiation


The NAICS Code for this procurement is 238330 and the annual size standard is $15,000,000.The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. Non-recurring work will be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be $2,000.00 and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. Only the base period of the contract will offer a minimum guarantee. This contract will replace a contract for similar services awarded in 2015 for $706,967.31 maximum.


Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information.


Based on market research, including a sources sought notice issued on September 30, 2019, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. Five firms responded and four of the five firms provided all the requested information and appear capable of providing the required services. One firm did not provide the required information. Of the four firms, one is a Small Business, two are 8(a) firms, and one is a Women Owned Small Business/Economically Disadvantaged Women Owned Small Business. Based on the results, the solicitation will be issued as an 8(a) competitive set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination.


Offerors can view and/or download the solicitation, and any attachments, at https://www.fbo.gov when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors.


The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal, past performance and experience information, and a price proposal for evaluation by the Government.


Proposal receipt date is approximate.


 


Julie M Shimoda, Contracting Officer, Phone (808) 471-1563, Email julie.shimoda@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP