The RFP Database
New business relationships start here

Design-Build/Design-Bid-Build Small Business Roofing Multiple Award Construction Contract (DB/DBB SB ROOFING MACC), Various Locations, State of Hawaii


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

Design-Build/Design-Bid-Build Small Business Roofing Multiple Award Construction Contract (DB/DBB SB ROOFING MACC), Various Locations, State of Hawaii. This procurement is being advertised as a 100% small business set-aside and consists of one solicitation with the intent to award multiple Indefinite Delivery /Indefinite Quantity (IDIQ) type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government.

The primary North American Industry Classification System (NAICS) Code for this procurement is 238160 and the annual size standard is $15 million average annual receipts over the last 3 fiscal years.

The work includes, but is not limited to, labor, material, equipment, transportation, supervision (quality control and safety), fall protection, testing, inspections, certifications, guarantees and warranties necessary to perform reroofing, recovering, removal of existing roofing materials (including asbestos abatement for asbestos containing material), abatement of lead-based containing paint and lead-based contaminated materials along with other associated incidental work.
Task orders for the work will be issued based on design-build or design-bid-build (full plans and specifications) methods.

The Contractor shall perform all work necessary to complete the contract in a satisfactory and acceptable manner in compliance with Unified Facilities Criteria (UFC) 1-110-03 (Roofing) and UFC 1-110-04 (Roofing Maintenance and Repair) associated with construction, repairs, alterations and maintenance. For Design-build task orders, the Contractor shall also obtain professional Architectural-Engineering services (as necessary) for design and/or consultation in compliance with UFC 1-200-01 (General Building Requirements).

The work is located on Department of Defense (DoD) installations within the State of Hawaii including, but not limited to, Joint Base Pearl Harbor-Hickam (JBPHH), Marine Corp Base Hawaii (MCBH), Camp Smith, Pacific Missile Range Facilities (PMRFs), and other Federal facilities in the NAVFAC Hawaii area of responsibility.

The solicitation utilizes source selection procedures, which require Offerors to submit a technical and price proposal for evaluation by the Government.
The basis of award is to award contracts to the Offerors submitting the lowest price technically acceptable proposals. The evaluation factors are anticipated to be: (a) Corporate Experience, (b) Safety, (c) Past Performance, and (d) Price. Price proposal will consist of lump sum pricing for a Seed Project.

The contract period of performance is anticipated to consist of a one-year base period and four one-year option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $98,000,000. The minimum and maximum task order limitation will be established at $500,000 to $8,000,000, respectively, and will be competed among the contract awardees.
The only work authorized under this contract is work ordered by the government through 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; 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. The minimum guarantee may be met by the issuance of a task order during the base period or option period(s). Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option period.

It is anticipated that the solicitation will be issued on or around late July 2019.
The solicitation will be available in electronic format only. The RFP will be posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov on or about late July 2019. No hard copies will be provided. It is the contractorbs responsibility to check the websites 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 websites listed above.

To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/SAM/.

Offerors can view and/or download the solicitation 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.

Robert Wong 808-471-3498 Robert Wong
808-471-3498
Robert.L.Wong1@navy.mil

robert.l.wong1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP