Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2002 FBO #0068
SOLICITATION NOTICE

Z -- FY01 Multiple Award Construction Contract (MACC) Within the State of Hawaii

Notice Date
2/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0242, 4262 Radford Drive, Honolulu, HI, 96818-3296
 
ZIP Code
96818-3296
 
Solicitation Number
N62742-01-R-1342
 
Point of Contact
Norine Horikawa, Contract Specialist, Phone (808) 471-2235, Fax (808) 474-7316,
 
E-Mail Address
horikawane@efdpac.navfac.navy.mil
 
Description
This solicitation is being advertised on an UNRESTRICTED basis inviting full and open competition. The applicable NAICS Codes are 2332 and 2333 and the corresponding size standard is $27.5M average annual receipts over the last 3 fiscal years. This procurement consists of one solicitation with the intent to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contracts. The scope of work will include, but not be limited to, new construction, repair, alteration, and demolition of existing facilities, design, to include design build, modified design build and construction work based on full plans and specifications for facilities within the State of Hawaii. Facilities is defined as 1) residential building construction for single family and multifamily housing; 2) nonresidential building construction for industrial buildings and warehouses; and 3) nonresidential buildings, other than industrial buildings and warehouses. The areas of consideration will include, but not be limited to, Navy, Marine Corps, and miscellaneous Federal and other facilities. The scope of work will not include the more highly specialized type projects, such as, wharf repair or installation of underground utilities. A site visit is anticipated to be held approximately two (2) weeks after the issuance of the RFP. Please check the esol website periodically for updates as to the date and time of the site visit. Please provide the following information not later than one week (1) after the issuance of the RFP, via email to HorikawaNE@efdpac.navfac.navy.mil. Please provide the following: 1) Firm Name and Telephone Number, 2) Visitor's Name and SSN, 3) Visitor's Home Address, and 4) Citizenship. The furnishing of the above information, including your Social Security Number, is voluntary. However, your failure to furnish all or part of the information requested may result in the Government's denial of your access to the jobsite. Any of the above information furnished by you and protected under the Privacy Act shall not be released unless permitted by law and/or your have consented to such release. Upon receipt of the information, our office will submit a letter to the Provost Marshall Office authorizing your entrance to MCBH. Visitors must pick up their passes at the Provost Marshall Office at the H3 entrance to the base prior to your arrival. The Provost Marshall Office is open from 6:30 a.m. Please allow for some time as the office is busy in the morning. To obtain your one-day vehicle pass, you will be required to present the following information: (1) Vehicle Registration, (2) Valid Driver's License, (3) Current Insurance Card, and (4) Car Rental Agreement, if applicable. Visitors shall meet at the Resident Officer in Charge of Construction, Marine Corps Base Hawaii Office, Building 566. Attendees at the site visit are cautioned that the Government will not wait for anyone who is late or lost and will not hold another site visit. All questions are to be submitted in writing to HorikawaNE@efdpac.navfac.navy.mil. Questions submitted 10 days prior to the closing date may not be addressed, therefore, offerors are advised to submit questions are soon as possible. A pre-proposal conference will be held on the same day as the site visit. The pre-proposal conference will be held at 4262 Radford Drive, Building 62, Honolulu, HI 96818 at 1:30 p.m. (HST). Offerors interested in attending the pre-proposal conference must email Ms. Norine Horikawa at HorikawaNE@efdpac.navfac.navy.mil the following information: Firm/Telephone No. and Name of Attendee. The Government intends to award multiple awards and reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The basis of awards is to the offerors whose proposals, conforming to the RFP, will provide the best value and be the most advantageous to the Government, considering cost or price and other factors. The contract term is anticipated to be for a base year with four one-year option periods and will contain a maximum not-to-exceed amount of $12,000,000 per year. The task order minimum and maximum is $25,000 to $5,000,000, respectively. For informational purposes only, the anticipated average task order amount is $300,000 to $1,000,000. A minimum guarantee of $25,000 will be awarded for each contract for the base year only. Pricing of a seed project is required for the price proposal. Task orders will be issued for the work intended which will require multi-disciplined construction services in all aspects of general construction and may involve lead and asbestos abatement. In support of design-build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects, to include, but not be limited to, comprehensive interior design and lead and asbestos abatement. In accordance with FAR 16.505(b), the successful Offerors will compete for all task order awards. Attendance at the site visits and the pre-proposal conferences for task order award are mandatory and the associated costs will not be reimbursed by the Government. Due to the nature and the need for expeditious response of the majority of the construction services required, the selected Contractors will be required to maintain a staffed office on the Island of Oahu. The Government will not directly reimburse the Contractors for costs associated with staffing and maintaining this office. Proposals will be evaluated on the following technical factors: FACTOR A: Past Performance of the Construction Contractor and Designer, FACTOR B: Experience and Qualifications of the Construction Contractor and Designer, FACTOR C: Small Business Utilization, FACTOR D: Management and Schedule Plans and FACTOR E: Work Plans and Schedule for the Seed Project. Price proposals will consist of lump sum pricing of the seed project. The Government intends to award contracts without conducting discussions, therefore, the Offeror's initial proposal shall contain its best terms from a cost or price and technical standpoint. The Government also reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The solicitation will be available on or about February 27, 2002 on the following web site: http://esol.navfac.navy.mil. The solicitation will only be available from the web site. The seed project will NOT be available on the website and may be obtained by sending your request to: Defense Automated Printing Service (DAPS), 1025 Quincy Avenue, Suite 200, Pearl Harbor, Naval Base, Building 550, Pearl Harbor, Hawaii 96860. The seed project plans and specifications will be issued on CD-ROM only for a non-refundable charge of $67.92. Payment for the CD-ROM may be made by check or company charge card. Checks shall be made payable to SUPERINTENDENT OF DOCUMENTS. Mark the front of the envelope with the RFP No. If using a company VISA, Mastercard, or Discover card, you may fax your request to DAPS at (808) 473-2604. Please ensure the cardholder's name, account number, and expiration date is in your fax request. All requests for CD-ROMs shall include the following information: your company name, mailing address, telephone number, fax number, RFP No., project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are a prime, subcontractor, or supplier. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their completed express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. A planholder's list will be available after the solicitation is issued and may be obtained at http://www.hawaii.wnbt.daps.mil/Customer%20Web%20Sites.htm. Please note that this DAPS planholder's list may not be all inclusive. Prospective offerors are encouraged to visit and register on the web site at http://www.esol.navfac.navy.mil. All amendments will be posted to the web site at http://www.esol.navfac.navy.mil to the maximum extent possible. Amendments with drawings for the seed project will NOT be posted to this web site and can only be obtained by being registered with DAPS. Prospective Offerors must register on the website at http://www.esol.navfac.navy.mil to be notified of amendments or notices concerning this solicitation. IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS OR NOTICES TO THIS SOLICITATION. NOTE: All questions must be submitted in writing to: HorikawaNE@efdpac.navfac.navy.mil or via facsimile transmission to (808) 474-7316. It is preferred that questions be emailed (please clearly indicate your company name, paragraph number of the specification and the drawing number, as applicable) vice faxed. Reponses to questions are not considered changes to the RFP as the only way the RFP can be modified is through an amendment that will be issued on the web site. The questions and answers will be posted on the website at http://www.esol.navfac.navy.mil as Notices to the RFP. YOU MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER (CCR) PRIOR TO AWARD OF A DOD CONTRACT. FOR MORE INFORMATION, SEE THE CCR WEB SITE AT http://www.ccr.edi/disa.
 
Record
SN00023521-W 20020208/020206213353 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.