Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2002 FBO #0139
MODIFICATION

Z -- INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)

Notice Date
4/18/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, China Lake Field Team, Naval Air Weapons Station/5DC2 1 Administration Circle/Building 978, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68711-02-R-2521
 
Response Due
6/4/2002
 
Archive Date
6/19/2002
 
Point of Contact
Barbara Barthle, Contract Specialist, Phone (760)939-4439, Fax (760)939-6535, - Patricia Crom, Contract Specialist, Phone (760) 939-4423, Fax (760) 939-6535,
 
E-Mail Address
barthlebf@efdsw.navfac.navy.mil, crompa@efdsw.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SYNOPSIS: SOLICITATION; Plans and Specifications for solicitation N68711-02-R-2521 will be issued on or about 3 May 2002 over the Internet at http://esol.navfac.navy.mil as an Electronic Bid solicitation (EBS). The response time required by FAR 5.203 would begin on the date of issuance of the EBS solicitation. EBS solicitation packages may be acquired by registration and downloaded at the Internet EBS Web site. All prospective offerors must register as plan holders on the EBS Web Site for this project. Plan Centers are also required to register. Plan holders lists will not be faxed and will only be available at http://esol.navfac.navy.mil. The Official Plan Holders list will be maintained on and can be printed from the Internet site. Each company must indicate its name, address, and phone number, identify whether the firm is a small business, small disadvantaged business, or large business and if the firm is a woman-owned business. An active registration in the Central Contractor Registration (CCR) (web site http://ccr.gov/) is a requirement for award. DESCRIPTION OF WORK: This is an Indefinite Delivery/Indefinite Quantity (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) AT CHINA LAKE, CALIFORNIA. The procurement method for this solicitation is best value, trade-off source selection. There are three major evaluation factors ? Past Performance, Technical/Management, and Price. The Technical/Management factor is further broken down to include: 1) recent specialized experience; 2) seed project technical approach, and 3) capacity to accomplish the work. These evaluation criteria were chosen to insure that the selected contractor has a satisfactory past performance record; has experience in coordination and management of concurrent multiple projects; has qualified technical and management personnel to perform related tasks; and has necessary capabilities and capacities to perform. The price proposal will be evaluated to determine the reasonableness of the offerors proposal on the seed project. This procurement solicitation shall result in the award of three or more (not to exceed five) IDIQ construction contracts. These contracts are set aside and shall be competed amongst 8(a) certified, or bonafide branch offices in the Fresno, Sana Ana and the Los Angeles Districts. The scope of work for these contracts will primarily be construction, roofing, demolition, routine renovation and repair of facilities and infrastructure including: 1) aviation and aircraft facilities; 2) personnel housing facilities; 3) administrative facilities; 4) warehouses and supply facilities; 5) medical and dental facilities; 6) abatement and handling of hazardous/regulated materials (including, but not limited to, asbestos, lead paint and PCBs); and 7) the civil, sanitary, storm-water, mechanical, and electrical systems. The seed project, to construct a concrete masonry unit and metal roof building, a new hypochlorite generating system, and provide electrical power from Well #25A to the new building, all in accordance with plans and specifications provided in the solicitation. Additional Bid Item I is to construct a chain link fence system around the new building. Project awarded under the IDIQ contracts will use the Task Order Concept (TOC) approach to scooping and pricing of the work. The TOC is a process consisting of on-site walk-throughs with the IDIQ contractors and appropriate government personnel to jointly assess and determine the statement of work(?to-do? list), thereby developing a performance specification for the work. After award of the initial contracts, the successful contractors will compete for task orders based on either best value using the trade off process, lump sum competition, or best value/low price technically acceptable to the government. The task order will be written based on a Government/Contractor Team cooperative scoping of the work. Each contract will be for one base year with two option periods. The total 3 year (base year and 2 option periods) estimated construction costs for the total of all of the awarded IDIQ contacts is NTE $30,000,000. Construction schedules will be determined for each project at the issuance of each task order. The anticipated construction cost for each task order is between $100,000 and $1,000.000. This range is for information purposes only and may vary. The tentative issue date is on or about 3 May 2002 with the proposal due date approximately 30 days later, but no later than, 4 June 2002. The NAICS Code is 233310 and 233320. The related small business standard is 28.5 million. The cost range for the seed project, to construct a concrete masonry unit and metal roof building, a new hypochlorite generating system and provide electrical power from Well #25 to the new building, is between $100,000.00 and $250,000.00. Plans and Specifications will not be provided in a paper hard copy format. A job walk/pre-proposal conference will be held at China Lake on 15 May 2002. Administration of the contract will be via paperless transmissions. Notification of any changes to this solicitation (amendments) shall be made only on the Internet at the above WEB address. No monetary deposit is required for this solicitation. This is NOT a public bid opening. This project is restricted to 8(a) business concerns as indicated above. See solicitation for proper address for delivery of proposals. Proposals will be considered from all eligible, responsible, Central Contractor Registration (CCR) registered sources from the Fresno, Santa Ana, and Los Angeles Districts. No bid results will be posted.
 
Place of Performance
Address: NAVAL AIR WEAPONS STATION, CHINA LAKE, CALIFORNIA
Zip Code: 93555
Country: UNITED STATES OF AMERICA
 
Record
SN00062435-W 20020420/020418213438 (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.