Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:N40192-23-R-9001
PRESOLICITATION SYNOPSIS: Posting date 26 January 2023 This is not a request for either a quote or proposal, or an invitation to bid. The intent of this pre-solicitation synopsis is to notify potentia...
PRESOLICITATION SYNOPSIS: Posting date 26 January 2023 This is not a request for either a quote or proposal, or an invitation to bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an Firm-Fixed Price Indefinite Delivery / Indefinite Quantity Type contract with pre-priced line items for one base 12 month period with four (4) 12-month option periods, if exercised by the government. There will also be a 6-month optional contract extension. This requirement is for Temporary Relocatable Facilities at all U.S. Military Facilities on Guam, Navy and AAFB activities at various locations, Guam, M. I. and the Northern Marianas Islands. General Work Requirements: The outcomes to be achieved are provide all labor, management, supervision, tools, material, supplies, equipment, incidental engineering, and transportation necessary to provide leased relocatable facilities. Any orders placed under this contract for Temporary Relocatable Facilities must comply with DoDI 4165.56, OPNAV Instruction 11010.33C, as amended, among other applicable regulations or requirements, consistent with FAR 37.101, definition of service contracts. The requirement is performance based. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 – Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other factors considered. The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 –Technical Approach, Factor 2 – Safety, Factor 3 – Past Performance on Recent, Relevant Projects. Recent is considered to be a project within the past five (5) years of the date of issuance of this RFP and relevancy is based on similarity of relocatable facilities, complexity, dollar value and contract type. The contract is projected to start on 01 April 2023. There will be a 12-month base period and, if exercised, four (4) 12 (twelve) month option periods thereafter. There will also be a 6-month optional contract extension. The North American Classification System (NAICS) is 531120, the size standard is $30.0 Million Dollars. The Product Service Code (PSC) is X1AZ, Lease/Rental of Other Administrative Facilities and Service Buildings. The proposed procurement listed herein is a competitive HUBZone small business Set-Aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta SAM website around 10 February 2023. The estimated proposal due date shall be at least 15 days after the RFP is posted. Requests for Information (RFI) or Technical inquiries must be submitted in writing by 17 February 2023 prior to the RFP due date. The issuing Contracting Office address is Naval Facilities Engineering Systems Command Marianas Facilities Support Acquisition Division Building 103 (2nd Floor), Naval Base Guam Santa Rita, Guam 96915. The Beta.SAM site address is https://beta.sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/ Market Research 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 issue this procurement as a HUBZone set aside (FAR 19 – Small Business Programs). The NAVFAC Marianas small business office concurs with this decision.