Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2003 FBO #0506
SOLICITATION NOTICE

Y -- Indefinite Delivery, Indefinite Quantity (IDIQ)(Two-Phase, Design/Build), Multiple Award Construction Contracts for Activities in Pensacola, Milton, and Panama City Regional Areas of the State of FL

Notice Date
4/18/2003
 
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
N62467-03-R-0188
 
Point of Contact
Rhonda Earney, Contract Specialist, Phone 843-743-7575 x-5442, Fax 843-818-6811, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
earneyre@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN ?UNRESTRICTED? BASIS INVITING FULL AND OPEN COMPETITION. This procurement will result in the award of up to four (4) separate Indefinite Delivery Indefinite Quantity (IDIQ) design-build Construction Contracts general building type projects (new construction and renovations) including but not limited to administrative, aircraft support facilities, medium industrial buildings, marine construction, mechanical and electrical improvements, civil construction (grading, drainage, and sewage, potable water ? storage and transmission, training, dormitory, family housing renovation, and community support type facilities for activities in Pensacola, Milton, and Panama City Regional Areas of the State of Florida managed by Southern Division Naval Facilities Engineering Command. The work will be at the following primary locations: Naval Air Station Pensacola and outlying airfields; Corry Station; Naval Surface Warfare Center Coastal Systems Station Panama City; Naval Air Station Whiting Field, and outlying airfields in the Panhandle of North West Florida. 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, cost or price or other factors considered. Each contract is for one year with four option years. The anticipated workload is $75-$100 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 around $3 million to $15 million with the average project in the $3 - $6 million range. 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 for extending the contract. Participation in Pre-Proposal Conferences or Site Visits for the initial award or any task orders would be responsibility of the offeror and is not directly reimbursable by the Government. Task orders would require multi-disciplined design services in all aspects of general building construction for new and renovation projects including comprehensive interior design, lead and asbestos abatement. Projects would 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 the 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 of 3 to 7 proposers (design-build teams) based on design-build factors that include: Past Performance, Technical Qualifications (including proposed subcontractors), Management Approach and Small Business subcontracting effort. Phase I design-build factors relate to the five (5) year IDIQ contract requirements for general building type projects including (new construction and renovation) but not limited to administrative, aircraft support facility, medium industrial buildings, marine construction, mechanical, electrical improvements civil construction grading, drainage, sewage, potable water-storage, transmission, training, dormitory, family housing renovation and community support type facilities. Only those proposers selected in Phase I will be allowed to proceed into Phase II. In Phase II, the successful 3 to 7 Phase I offerors must submit technical and price proposals. Offerors who fail to submit technical and price proposals would not be considered for an award. The Phase II technical proposal will require preparation of a limited design solution; Small Business Subcontracting Effort; and other factors that define the quality of construction. Cost and Price proposal may include total cost or evaluation of scope/design options with the Government?s published budget for award. The offeror with the best value proposal, for each see project, if there is more than one, will be awarded the seed project under one of the IDIQ design-build contracts. An offeror may be awarded more than one of the see projects if it is in the Government's best interest. The other IDIQ contract(s) will be awarded to the design-build offeror(s) who provide the best overall proposal(s) for all seed projects after those offerors who have been awarded a seed project(s) have been removed from further competition. A minimum guarantee of $50,000 will be consideration for the award of the other IDIQ contract(s) where a seed project is not awarded. The minimum guarantee will be payable only if the offeror(s) are awarded no task orders over the five (5) year contract term. Future task orders would be competed among the firms that were awarded an IDIQ contract, with each task order awarded based on best value or lowest price technically acceptable proposal. The seed project(s) for this solicitation are unconfirmed at this time. Due to funding constraints, authorization to advertise see project(s) is not expected until after the Phase I portion of this solicitation is completed. It is possible that no seed project(s) will be authorized during this fiscal year and Phase II competition would be postponed until at least one suitable seed project is identified. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 05 May 2003 with Phase I Proposals being due 04 June 2003. PHASE II WILL BE ISSUED AT A LATER DATE. The entire solicitation, including plans and specifications will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official plan holders' list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about proposals due or number of amendments issued, contact Shirley Shumer at 843/820-5923. Technical inquiries MUST be submitted in writing 15 days before proposals are due to the address listed above, or emailed to Rhonda E. Earney at earneyre@efdsouth.navfac.navy.mil. The NAICS Code for this procurement is 236220: Commercial and Institutional Building Construction (pt). The Standard Size is $28.5M.
 
Place of Performance
Address: Pensacola, Milton, and Panama City Regional Areas of the State of Florida, Managed by Southern Division Naval Facilities Engineering Command
 
Record
SN00307327-W 20030420/030418213737 (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.