Search Contract Opportunities

Presolicitation Notice for IDIQ MACC for Demolition Projects at Hunters Point Naval Shipyard, San Francisco, California   3

ID: N6247323R1214 • Type: Presolicitation

Description

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.

The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for performing demolition services.

This procurement is for a multiple award construction contract (MACC) and will be advertised on an unrestricted basis inviting full and open competition. This procurement will use a single-phase source selection procedure with the intent to award approximately three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to 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. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4.

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/her 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 demolition services at Hunters Point Naval Shipyard, San Franciso, California.

The work may include site preparation activities, such as excavating and grading, demolition of buildings and other structures, and septic system installation; earthmoving and land clearing for all types of sites (e.g., building, nonbuilding, mining). Establishments primarily engaged in construction equipment rental with operator (except cranes) are also included.

The North American Industry Classification System (NAICS) code is 238910 (Site Preparation Contractors), and the annual size standard is $19 million. The MACC will consist of one base period of two (2) years and three (3) one-year option periods for a total maximum duration of five (5) years. The aggregate maximum value, including the base and option periods, for all contracts combined is $999,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $10,000,000 and $150,000,000. 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 SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the System for Award Management (SAM) website under Contract Opportunities at https://sam.gov/content/opportunities on or about August 15, 2024. No hard copies will be provided. IT IS THE CONTRACTOR'S 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.

Market research was conducted and a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW Small Business Office concurred with this decision.

Overview

Response Deadline
Aug. 14, 2024, 5:00 p.m. EDT Past Due
Posted
July 30, 2024, 12:51 p.m. EDT
Set Aside
None
Place of Performance
San Francisco, CA United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$999,000,000 (value based on agency estimated range)
Odds of Award
89%
Vehicle Type
Indefinite Delivery Contract
On 7/30/24 NAVFAC Southwest issued Presolicitation N6247323R1214 for Presolicitation Notice for IDIQ MACC for Demolition Projects at Hunters Point Naval Shipyard, San Francisco, California due 8/14/24. The opportunity was issued full & open with NAICS 238910 and PSC P400.
Primary Contact
Name
Shane Mahelona   Profile
Phone
(619) 705-4631

Secondary Contact

Name
Harold Hayes   Profile
Phone
(619) 705-4646

Documents

Posted documents for Presolicitation N6247323R1214

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N6247323R1214

Incumbent or Similar Awards

Contracts Similar to Presolicitation N6247323R1214

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6247323R1214

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6247323R1214

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
Aug. 29, 2024
Last Updated By
shane.k.mahelona.civ@us.navy.mil
Archive Date
Aug. 29, 2024