Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
SOLICITATION NOTICE

Y -- IDIQ D/B MACC

Notice Date
3/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Southeast, Building 902 P. O. Box143, Jacksonville, FL, 32212-0143
 
ZIP Code
32212-0143
 
Solicitation Number
N69272-03-R-0004
 
Archive Date
5/23/2003
 
Point of Contact
LouAnn Smith, Contract Specialist, Phone 904-542-5571, X128, Fax 904-542-0096,
 
E-Mail Address
smithlk@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS BEING ISSUED ON AN "UNRESTRICTED" BASIS WITH POTENTIAL FOR PARTIAL SET-ASIDE INVITING FULL AND OPEN COMPETITION. This procurement will result in the award of three to four separate Indefinite Delivery Indefinite Quantity (IDIQ) design-build Construction Contracts for general building type projects (new construction and renovations) including administrative, training, dormitory, community support, operational, maintenance, and supply type facilities, as well as boundary security projects including fencing, walls, gates, towers, and guard shelters for activities in the state of Florida (excluding west Florida and Key West) and Kings Bay, GA managed by Engineering Field Activity Southeast. Of the three to four awardees two of the contracts will be potential set-asides for one 8(a) eligible and one HUBZone eligible contractor. Contractors submitting a proposal under the 8(a) or HUBZone set-aside portion of this solicitation are required to be rated as at least acceptable in Phase I. If the 8(a) and/or HUBZone contractors are not able to meet the requirements to make them acceptable in Phase I the set-aside portion of the procurement will be reverted to unrestricted and awarded as such. The work will be at the following primary locations: Naval Air Station, Jacksonville; Naval Station, Mayport; Orlando and Naval Submarine Base, Kings Bay, GA. Proposers will be evaluated using the Two-Phase, Design-Build, Request for Proposal (RFP) procedures that result in awards based on Best Value to the Government ? price and other factors considered. Each contract will be for one year with four option years. The anticipated workload is $135 million over the life of all contracts and the maximum combined value of all contracts will not exceed $200 million. Projects will vary in size from approximately $3 million to $15 million. The successful offerors will be encouraged to submit technical and price proposals on all future task orders. Lack of participation may result in the Government not exercising the option to extend the contract. Participation in pre-proposal conferences or site visits for future task orders will be the responsibility of the offeror and is not directly reimbursable by the Government. Task orders will require multi-disciplined design services including lead and asbestos abatement. Projects will also require incorporation of sustainable features. Multiple design teams may be proposed to satisfy a variety of building types projected to be awarded during the term of this contract. All professional disciplines shall be registered and/or certified in their discipline. In those states requiring specialized knowledge of local permitting or regulatory agency requirements, the professional discipline shall be registered or certified in that state. Phase I of the procurement process is a narrowing phase to 3 to 5 proposers (design-build teams) based on design-build factors that include: Past Performance, Technical Qualifications, Management Approach; and Small Business subcontracting effort. Phase I design-build factors relate to the five (5) year IDIQ contract requirements for general building and boundary security type projects, not just the seed project identified at the end of this synopsis. Only those proposers selected in Phase I will be allowed to proceed into Phase II. In Phase II, the successful 3 to 5 Phase I offerors must submit technical and price proposals for the "seed" project. Offerors who fail to submit technical and price proposals for the seed project will not be considered for an award. The Phase II technical proposal will require preparation of a limited design solution for the seed project; Small Business Subcontracting Effort; and other factors that define the quality of construction. Cost and Price proposals may include total cost; evaluation of scope/design options within the Government's published budget for award, and an evaluation of change order mark-ups and overhead. The offeror with the best value proposal for the seed project will be awarded a project and an IDIQ design-build contract for the five (5) year term. This initial seed project will satisfy consideration for minimum guarantees. The follow on IDIQ contract(s) will be awarded to the design-build offeror(s) who provide the next most competitive proposal(s). A minimum guarantee of $25,000 will be consideration for the award of the second, third, and forth IDIQ contract(s). The minimum guarantee will be payable only if the offeror(s) are awarded no task orders over the five (5) year contract term. Task orders will be competed among the IDIQ contractors with each task order awarded based on best value or Lowest Price Technically Acceptable proposal. The seed project for this solicitation is: (1)Design/Construction of an Aviation Support Equipment Maintenance Training Facility at Naval Air Station, Jacksonville, FL. The Aviation Support Equipment Maintenance Training Facility project will construct a 1,856 SM (19,978 SF) two-story steel framed, masonry veneer with built-up roof applied instruction facility and a 737 SM (7,933 SF) one-story steel framed, masonry veneer with built-up roof high-bay aviation support equipment lab for the Naval Air Maintenance Group Detachment - Maintenance Training Unit?s Aviation Support Equipment training. Aviation support equipment lab will contain three (3) 4.6-meter (15 ft) high-bay areas, two (2) 11.6-meter (38 ft) high-bay areas, and three (3) 4.6-meter (15 ft) high-bay turbine test areas. The equipment lab (with particular emphasis on the turbine test bays) will have sound attenuation systems due to equipment-generated noise and vibration, parking and incidental related work. Project also demolishes 1,011 SM (10,883 SF) one-story wood framed Building 702 constructed in 1940 and 173 SM (1,862 SF) one-story masonry block Building 1985. Estimated value of the project is between $5.3M and $5.9M dollars. The project budget cannot exceed $5.9M. Phase I proposals will be due around 8 May 2003. The exact date will be stipulated in the RFP.
 
Place of Performance
Address: Engineering Field Activity, Southeast, Building 13, NAS, Jacksonville, Florida
Zip Code: 32223
Country: US
 
Record
SN00286429-W 20030326/030324213719 (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.