The RFP Database
New business relationships start here

IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR RENOVATION, REPAIR AND NEW CONSTRUCTION OF MEDICAL FACILITY PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS IN CA, AZ, NV, UT, CO, AND NM


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

This procurement is for a multiple award construction contract (MACC) for Medical Facility Projects and is being advertised as unrestricted with one award reserved for a highly qualified small business. 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 offerors 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 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, renovation, and/or repair, by design-build or design-bid-build, of Medical Facility Projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Examples of relevant projects are projects similar in scope to: hospital, dental and health clinic, medical research laboratories, medical warehouses, administrative facilities supporting the medical mission and similar support facilities. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $39.5 million. The basic contract period will be for 24 months. Each contract contains one (1) 36-month option for a total maximum duration of 60 months. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $249,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $2,000,000 and $20,000,000. 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(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; Phase Two: Factor 4 - Safety, Factor 5 - Technical Solution (based on Proposed Task Order 0001), Factor 6 – Small Business Utilization and Factor 7 - 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 WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and on the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about September 12, 2019. No hard copies will be provided. IT IS THE CONTRACTORS 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 listed above. A sources sought notice (N6247319RMED1) for this procurement was posted on December 18, 2018 on NECO and FBO, and 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 unrestricted with one award set aside for small business. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.

Mica C. Paulson, Contracting Officer, Phone 6195321251, Email mica.paulson@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP