Inactive
Notice ID:70FBR920R00000004
The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) expects to issue a solicitation on or about 15 Feb 2020, to solicit for Permanent Housing Construction (PHC) Repair...
The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) expects to issue a solicitation on or about 15 Feb 2020, to solicit for Permanent Housing Construction (PHC) Repairs and New Construction. 1) The Government is seeking construction contractors to repair eligible residential homes impacted by Super Typhoon Yutu located in the Commonwealth of the Northern Mariana Islands (CNMI). The Government plans to repair homes to a safe, sanitary, and functional condition per the applicable Federal and Local codes. The contractor shall ensure all homes meet the 2018 International Building Code (IBC) for high wind, and flooding hazards. Homes that are not required for the 2018 IBC shall meet the compliance of 2012 IBC standards to include seismic zone 4 building codes, permitting, licensing, Federal floodplain management standards and environmental / historical preservation requirements. 2) This requirement will include PHC New Construction as well. New Construction includes Government furnished drawings for 1, 2, and 3 bedroom properties located mainly in Saipan and a few properties in Tinian. The designs are cast-in-place (CIP) and concrete mansonry units (CMU). Construction standards shall be in compliance with 2018 IBC. The Government will furnish individual scopes of work for residential repair properties. There are approximately 130 residential properties for repair; and approximately 150 properties for new construction. Site visits will be scheduled via the solicitation posting. All repairs and new construction shall be performed by a licensed building contractor who is authorized to work in the CNMI. Example of construction consists of 1 to 3- bedroom homes in need of interior/exterior, roof and roof design, electrical, plumbing, and some accessibility related repairs. The period of performance for awarded Indefinite Delivery-Indefinite Quantity (IDIQ) contracts will be 6 months with one 6 month option. The North American Industry Classification System (NAICS) code for this requirement is 236118, Residential Remodelers. The business size standard is $36.5M in average annual receipts. This will be an unrestricted requirement; however, in accordance with FAR 26.202 Local Area Preference; preference shall be given, to the extent feasible and practicable to local firms. Preference will be given via an evaluation preference. Contractors will be required to submit a bid bond with quotes and are required to have both performance and payment bonding capacity equal to the total contract dollar value after award of a task order. This presolicitation is for informational purposes only and does not constitute a request for quotes. All other information will be included in a solicitation via www.beta.sam on or about 15 Feb 2020. All interested parties are responsible to monitor this website for any information or updates regarding this requirement. All prospective contractors must be registered in www.sam.gov prior to award of a Federal contract, failure to register will deem your firm ineligible to receive Federal awards.