Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2002 FBO #0227
MODIFICATION

Y -- Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract (MACC) for Commercial and Institutional Buildings

Notice Date
1/3/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-01-R-6237
 
Response Due
2/21/2002
 
Point of Contact
laura smith, contract specialist, Phone 6195323083, Fax 6195324789, - vickie ball, contract specialist, Phone 6195321536, Fax 6195324789,
 
E-Mail Address
smithlj@efdsw.navfac.navy.mil, ballvb@efdsw.navfac.navy.mil
 
Description
BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The Government reserves the right to award only one contract covering the project identified in the RFP if the minimum guarantee of funds is not available for three or more awards. This is an indefinite delivery indefinite quantity (IDIQ) contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for Commercial and Institutional Buildings. Work will consist of construction, design build for new construction, renovation, alteration and repair and associated work at various locations within Arizona, California, Nevada, New Mexico, Oregon, Idaho, Montana, Utah, Washington and Alaska. However it is anticipated that the majority of the work will be performed in California. Type of work/projects may include, but are not limited to: administration buildings, hospital and medical buildings, auditoriums, fire stations, garages, office buildings, hangars, laboratories, and parking structures. The NASIC Code is 23332. The annual size standard is $27.5 million. Individual Task Orders/Projects may also require incorporation of sustainable features. Multiple design teams may be proposed on individual task orders to satisfy a variety of NASIC 23332 projects projected to be awarded during the term of the contract. Architectural/Engineering (A/E) firms their subsidiaries and affiliates that were involved at the RFP or design stage of a project may not be proposed or used on the relative project. The Contractor's architect/engineering team shall accomplish all discipline coordination. The Government shall not coordinate the work for the contractor. Projects assigned to the IDIQ contract(s) use the Solution Order Concepts approach to scope and price the work. After award of the initial contract(s), each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in FAR 16.505 (b)(2). Award factors will vary depending on the unique requirements for each task order and may be competed on the basis of price, best value or technically acceptable, low-price selection procedures. The subsequent task orders may be performance oriented tasks requiring minimal design, may occasionally be complex construction requiring design development for design-build construction or a combination of both. They will be scoped by the Government/Contractor Team and may not have traditional pls Team; 2: Small Business Subcontracting Effort (offeror only) of the Total Contract Value (Base and All Option Periods); 3: Technical Experience of Offeror and Offeror's Team; 4: Engineering and 4: Price with price being evaluated based on proposed Task Order 0001. The first task order, Task Order 0001, includes all labor, materials and equipment necessary to construct a Gymnasium Building, perform site work, landscaping and incidental related work in the San Diego area. No site visit is scheduled for proposed Task Order 0001. A pre-proposal conference is scheduled for 31 January 2002, at 1:00 p.m. sharp. The conference will be held at the Holiday Inn, adjacent to Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, California. Registration for the conference is located at the web site shown above. The Government reserves the right not to award proposed Task Order 0001. Proposed Task Order 0001 may or may not be awarded through this contract or any other contract. Also the Government reserves the right to award only one contract covering Proposed Task Order 0001. The Government, further, reserves the right, with sole discretion, subject to the availability of funds, to award proposed Task Order 0001 within 120 calendar days after Contract Award to the offeror submitting the best value proposal in response to the solicitation. This solicitation is being offered in electronic format only. No hard copies will be distributed. Plans and Specifications will S RESPONSIBILITY TO CHECK THE WEB SITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. The response time set by FAR 5.203 will begin on the date of issuance of the solicitation. Note: Joint venture offerors shall submit their joint venture agreement with their proposal. Offerors participating in teaming/partnership agreements for this procurement shall submit their teaming/partnership agreements with their proposal. Each agreement shall demonstrate the relationship between firms and identify contractual relationships and authorities to bind the firm/joint venture/team/partnership. The joint venture or teaming/partnership agreements will not be rated. However, they will be utilized as a reference tool in determining the validity of and or risk associated with this or any other factor in the offeror's proposal. The agreement will not count in the page limitation. Additionally, the name of each entity within a joint venture/teaming arrangement or partnership shall be shown in Block 14 of the Standard Form 1442 submitted with the proposal. For inquires contact Laura Smith, Contract Specialist via email at: http://www.smithlj@efdsw.navfac.navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JAN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N68711AC/N68711-01-R-6237/listing.html)
 
Place of Performance
Address: Multiple
 
Record
SN00117142-F 20020717/020715215934 (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.