Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
SOLICITATION NOTICE

Z -- Basic Ordering Agreeement, Military Installations within the SBA Districts of SC, GA & LA

Notice Date
3/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0291
 
Response Due
4/5/2002
 
Point of Contact
Robin Rourk, Contract Specialist, Phone 843-820-5957, Fax 843-818-6853, - Susan Clark, Program Management Assistant, Phone 843-820-5775, Fax 843-818-6313,
 
E-Mail Address
rourkrb@efdsouth.navfac.navy.mil, clarksm@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The Naval Facilities Engineering Command Southern Division is seeking interest from 8(a) firms only in the districts listed as South Carolina, Georgia, and Louisiana. The Navy is targeting the issuance of approximately fifteen (15) Basic Ordering Agreement's, (BOA's) in each district. The estimated time of performance will be one (1) year and have four 4 twelve months options. BOA's are designed to provide enhanced contracting opportunities to qualified firms under the 8(a) program serviced by the U. S. Small Business Administration (SBA) District Offices. The BOA is not a contract but a written instrument of understanding negotiated between the Naval Facilities Engineering Command Southern Division (NAVY) and the 8(a) firm to facilitate the expeditious acquisition of covered services, if and when ordered. The contractor will receive contract clauses, provisions, certifications, terms and conditions, which will apply to the extent referenced therein and according to the dollar amount of each BOA and shall constitute a separate contract with the issuance of a task order. On a semi-annual basis, the Navy and the Small Business Administration Headquarters will review the continued need for this agreement in light of (a) a usefulness and need for service and (b) the effectiveness of individual contractors. When the Navy has a specific work requirement suitable for accomplishment under the BOA, they will provide written plans and specifications, or in some cases a design concept only, to the contractors for submission of a proposal. If the parties are able to come to an agreement, a contractual order will be issued and the Contractor will be required to furnish the necessary personnel, material, labor, equipment, supervision and overhead required to perform the work within the specified time allotted in the order, as directed by the Contracting Officer. The BOA Task Orders shall be restricted to the BOA holders in the SBA Districts noted in this synopsis. However, the Government reserves the right to open the area of competition if unable to obtain adequate competition. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the agreement but there is a threshold minimum of not less than $100,000.00 that can be placed on a Task Order with a maximum of $3,000,000. A project could be awarded at an amount less than $100,000.00 if all parties are in agreement. The Contracting Officer, when awarding on a best value basis, will consider factors such as Past Performance, Technical Qualifications, Management Approach and Price. The Contractor will be required to furnish a Bid Bond with each proposal over $25,000 with Performance and Payment Bonds required on each Task Order. There is no assurance from the BOA of a steady stream of work. Nothing in the BOA is intended to state or imply any agreement by the Navy to place future contracts or orders with the Contractor or to require that the Navy solicit and acquire covered services from the Contractor only. DESCRIPTION OF WORK: The anticipated work requires a diversity of skills suitable to a variety of tasks. Covered work includes, but is not limited to, the following types. EMERGENCY REPAIRS: Broken and leaking water lines, gas lines, sewers, storm drains, electric power lines, phone lines, associated structures, interior building repairs, broken doors and windows, etc., exterior repairs, roof leaks, related repairs caused by wind damage, flooding, etc., mechanical problems, HVAC and others. MINOR CONSTRUCTION PROJECTS: Miscellaneous exterior and interior renovations, fence, shelters, ramps, sidewalks, concrete work, installation or replacement of utilities, pipelines, and conduits, installation of miscellaneous electrical and mechanical devices, roof repairs, demolition projects, asphalt, painting, exterior and interior, ceiling repairs or modifications. DESIGN: On - site design solutions for emergency calls and Design/Build Services for minor construction items. The SIC/NAICS Codes covered under the BOA for work performed in the NAICS Groups 233, 234, and 235 for construction. GEOGRAPHICAL AREA OF COVERAGE: The BOA covers military installations within the SBA District of South Carolina, Georgia and Louisiana. The Agreement can only be changed by modification of the agreement itself and not by individual orders issued hereunder. If a firm is graduating from the 8(a)program by the end of each annual review of the agreement, no new orders will be issued to the Contractor and the agreement will terminate. Termination of the agreement under those circumstances shall not have an affect on any orders previously issued. Either party may cancel the agreement with 30 days written notice to the other party. Any cancellation will not have any effect on previously issued task orders prior to the effective date of cancellation. The contractor may be required to submit a brief technical proposal or work plan and a list of proposed subcontractors for Navy approval as well as a price proposal. SOLICITATIONS: Each solicitation will indicate the detail of pricing and technical information to be provided by the offeror. The Government reserves the right to obtain a more detailed cost breakdown of labor, materials, equipment, overhead and profit at any time. ORDERS: Individual projects will be awarded using the DD Form 1155 and will provide appropriate descriptions, specifications, administrative requirements, pricing terms and completion time. Each order will be considered a separate binding contract. SUBMITTAL REQUIREMENTS: (1) Provide 8(a) Certification and applicable district locations. (2) Registered in the Department of Defense Central Contractor Registration (CCR) database; contractors may visit the CCR website at http://www.ccr2000.com/ for information on registering and checking the CCR; (3) Licensed/Bonded and fully capable to perform construction work under the NAICS Code Series 233, 234, and 235 to be identified with each potential task order requirement. (4) Provide resumes indicating the qualifications of key personnel of the Design-Build Team to include principals (design and construction), project manager (design and construction), registered professionals for each design discipline (architect, civil engineer, structural engineer, mechanical engineer, electrical engineer, and fire protection engineer), and sustainable design consultant; (5) Provide up to three references of completed projects within the last three years that reflects your firm's performance and qualifications similar in size and general scope and the possible complexity to the requirements listed herein. (6) Provide a narrative that describes the Design-Build Teams internal communication system used to ensure a successful project. (7) Provide proof of Bonding Capacity for a new project of approximately $3,000,000. The revised deadline for submitting the above criteria is 05 APRIL 2002 @ 1600 HOURS (4:00 PM EDT). Those contractors who respond by this revised date with complete and accurate packages will be evaluated for potential issuance of an Agreement. Technical proposals previously submitted under this proposal need not re-submit. All submittal requirements described above must be addressed for consideration. Submit completed packages to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, PO Box 190010, North Charleston, SC 29419-9010, ATTN: ACQ12 (Robin Rourk)
 
Place of Performance
Address: Military Installations within the SBA Districts of SC, GA & LA
 
Record
SN00035900-W 20020307/020305213317 (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  © 1994-2020, Loren Data Corp.