Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
SOLICITATION NOTICE

Z -- Competitive 8(a) Multiple Award Construction Contract

Notice Date
2/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-02-R-0043
 
Response Due
4/12/2002
 
Point of Contact
Pat Ring, Contract Specialist, Phone 610-595-0532, Fax 610-595-0644, - Marylou Morgan, Contract Specialist, Phone (610)595-0831, Fax (610)595-0671,
 
E-Mail Address
ringpa@efane.navfac.navy.mil, morganml@efane.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This is a Pre-Solicitation Notice: THIS PROCUREMENT IS 100% SET-ASIDE FOR 8(a) CONCERNS ONLY. PROPOSERS MUST BE CERTIFIED AS AN 8(a) CONTRACTOR BY THE SMALL BUSINESS ADMINISTRATION IN REGION I PRIOR TO THE SUBMISSION OF THE PROPOSAL. ONLY 8(a) CONTRACTORS CERTIFIED BY SBA IN REGION I WILL BE CONSIDERED. It is the Government's intent to award an 8(a) Multiple Award Construction Contract (MACC). The 8(a) MACC may include up to five (5) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The scope of the work shall include new construction, alterations, renovations, maintenance, repairs demolition and the ability to do design build projects. Projects may include asbestos/lead based paint removal, demolition, proprietary items and options. A significant number of design-build task orders may be placed under the resultant contracts. The work will be primarily located in, but not limited to, the states of Rhode Island and Connecticut. The maximum value of this contract will be $30 million over the 5 year life of the contract. There is no set maximum amount to be awarded under each of the up to five contracts that may be awarded as a result of this solicitation other than that the total amount for all task orders issued during the five year term, regardless of the number of contracts awarded, will not exceed $30 million. A Bid Guarantee will be required to be submitted with the proposal in the amount of $300,000.00 to remain in full force and effect throughout the contract period. The North American Industry Classification System (NAICS) code for the seed project is 233320 and the Standard is $27.5 million. Per the Debt Collections Improvement Act of 1996, The Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our web site at http:/www.efdnorth.navfac.navy.mil or by referring to DFARS Subpart 204.73. The solicitation will contain a seed project upon which evaluation of proposals will be based. The seed project is a full design for Interior Building Renovations to Building 101 to modify approximately 7000 sf of office area into a technical library at the Naval Undersea Warfare Center, Division Newport, Newport, Rhode Island. The work includes, but is not limited to, the removal of relatively small amounts of asbestos pipe insulation and asbestos contaminated floor tiles and mastic. Additional removals include the selective demolition of carpet tiles, suspended ceiling systems, doors, frames, hardware, draperies, electrical panelboards, receptacles, phone/data jacks, wood stud and gypsumboard walls, and other items as indicated. New work includes installation of carpet tiles, suspended ceiling systems, panelboards, lighting, fire alarm system, vertical blinds, relocation of hot water heater, sinks, painting, receptacles, metal stud and gypsumboard walls, kitchen counter, kitchen cabinetry, and all other work necessary for the proper completion of the project. A pre-proposal conference/site visit is planned in Newport, Rhode Island. The place, time, date and instructions for attending the pre-proposal conference will be contained in the solicitation package. Participation in the pre-proposal conference/site visit, including those for future task orders, will be the responsibility of the offerors and are not reimbursable by the Government. You must be a US citizen to gain access to the site. Due to base security, if you plan to attend the pre-proposal conference/site visit, you must provide a letter, on Company letterhead, faxed to the Attention of Patricia Ring at 610-595-0535 with the following information: Full name of each attendee, job title, social security number, date of birth, place of birth, and statement of US citizenship. No personnel will be allowed on the base without providing this information prior to the conference. Those attending the conference should report to the building 80 pass office at the Naval Underwater Warfare Center, Newport, RI no later than 30 minutes prior to the scheduled time to permit sufficient time for all attendees to be present prior to entering the Base. The attendees will be escorted by a Government representative from the Main Gate to the pre-proposal meeting. Best Value Source Selection procedures will be utilized for this procurement. This solicitation as issued will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. Proposals may be evaluated on the following factors: 1) Relevant Past Performance; 2) Management Approach; 3) Technical Experience, Expertise, and Qualifications, 4) Safety, and 5) Price. The seed project will be will be awarded to the lowest priced offeror of the up to five contactors determined to be the most qualified. It is anticipated the offeror awarded the seed project will meet the minimum guaranteed amount. Each of the offerors selected for award will receive a minimum guarantee of $5,000 to be reached over the contract performance period of five years. Separate Task Orders will be issued for each project placed under the 8(a) MACC. The anticipated range for each task order will generally be between $25,000 and $1,500,000. The government reserves the right to award a subsequent task orders to other than the low proposer in order to ensure that each participating contractor, meets their minimum contract guarantee. Subsequent Task Orders will be competed only among the up to four successful contractors. Award of each subsequent Task Order may be based on either Best Value to the Government or low price. Task orders may require multi-disciplined design services in all aspects of structural construction for new and renovation projects. All key professional disciplines shall be registered. The estimated date for issuance of the Request for Proposal package is 12 March 2002 and the estimated receipt of proposals for phase I is 2:00 pm on 12 April 2002. Phase II which will be issued by amendment with seed project specifics will be issued at a later date. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (www.esol.navfac.navy.mil). You must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, when the Request for Proposals package becomes available, you will receive an e-mail informing you that the RFP package is available for downloading. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor?s responsibility to check the internet site daily for any posted changes to the solicitations plans and specifications. For technical questions concerning this project, contact Patricia Ring at 610-595-0532 or by email at ringpa@efane.navfac.navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-FEB-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62472/N62472-02-R-0043/listing.html)
 
Place of Performance
Address: Rhode Island and Connecticut
Country: USA
 
Record
SN00127897-F 20020731/020729220847 (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.