Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
MODIFICATION

Z -- INDEFINTE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT FOR VARIOUS INDUSTRIAL BUILDING CONSTRUCTION (NAICS 236210) AT VARIOUS LOCATIONS IN AK, AZ, CA, NV, NM, OR, ID, MT, UT, & WA

Notice Date
6/5/2003
 
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
N68711-02-R-8076
 
Response Due
7/8/2003
 
Archive Date
7/23/2003
 
Point of Contact
Lisa Crawford, Contract Specialist, Phone (619) 532-1261, Fax (619) 532-4789,
 
E-Mail Address
crawfordla@efdsw.navfac.navy.mil
 
Description
This procurement is being advertised on an unrestricted basis inviting full and open competition. This procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS BEST TERM. This is an 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 new construction and renovation by design-build or (to a lesser extent) design-bid-build of Industrial Building Construction at various locations within Arizona, California, Nevada, New Mexico, Oregon, Idaho, Montana, Utah, Washington, and Alaska. The North American Industry Code Standard is 236210 and the annual size standard is $28.5 million. In support of design-build strategies, each Offeror shall possess in-house capabilities or employ the services of a Lead Design Firm (A-E) experienced in the design development and coordination of projects within the scope of this contract. Offerors may offer multiple design teams to satisfy a variety of project types projected to be awarded during the term of contract(s). The Offeror and the proposed Lead Design Firm(s) for the basic contract(s) will be evaluated as a team. Lead Design Firm(s) (A-E), their subsidiaries and affiliates that are involved at the RFP or design stage of a particular project will not be allowed to propose or be used on a Task Order for that project. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. Should any of the IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded task orders. The basic contract period will be for 12 months (or earlier as determined by the Contracting Officer after the government orders the maximum per contract amount of $100 million). Each contract contains four (4) 12-month options for a total maximum duration of 60 months or a value of $100 million, whichever occurs first. The minimum task order amount for this contract is $7,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $25,000 is guaranteed to be ordered to each awardee, under the basic performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Two Phase Design-Build procedures of FAR 36.3 will be used for this procurement. Phase One of the solicitation is in accordance with FAR Part 36.3. Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. The maximum number of Offerors that will be selected to submit a Phase Two proposal is eight (8). Phase Two of the solicitation shall require submission of technical and price proposals by the Offerors selected in Phase One, which will be evaluated separately in accordance with Part 15. The Government intends to evaluate proposals and award contract(s) without discussions. The Government reserves the right to substitute or add other Design-Build projects that meet the scope of the MACC, prior to the receipt of Phase Two proposals. Selection for award will be based evaluation of the following: Phase One: Factor 1 - Past Performance of Offeror and Offeror's Team; Factor 2 ? Support of Small Business; Factor 3 - Experience of Offeror and Offeror's Team; Factor 4 ? Technical Approach. Phase Two: Factor 5 - Engineering Solutions of Offeror's Team; Factor 6 - Price (based on Proposed Task Order 0001). The recommended subcontracting goals for the contract value (base and all options periods) are as follows: 8% - Woman-Owned Small Business; 10% - Small Disadvantaged Business; 3% - HUBZone Small Business; 3% - Veteran-Owned Small Business; 3% - Service Disabled Veteran-Owned Small Business; 1% - Utilization of Locally-Owned Small Business (for work in remote areas); - and 27% Other Small Business. Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. Proposed Task Order 0001 is to provide all labor and materials necessary for all labor, materials and equipment necessary to for a complete and usable Tactical Vehicle Maintenance Facility. Work consists of a 1700 square meter vehicle maintenance building, a vehicle wash rack, and two water reclamation systems (one for vehicle wash rack and one for service bays). In addition, the facility shall have a 9000-kilogram overhead bridge crane, vehicle lift, passenger elevator/lift, and a waste fluids collection and storage system. This PTO is representative of the projects that may be procured through this contract. The estimated price range for Task Order 0001 is between $5,000,000 and $10,000,000. The Government reserves the right to award a single contract for the performance of the Proposed Task Order identified in the RFP ("Proposed Task Order 0001") only. The Government reserves the right not to award the Proposed Task Order 0001. A pre-proposal conference is scheduled for 21 May 2003 at 1:00 p.m. sharp. The conference will be held at the Holiday Inn Embarcadero, 1355 North Harbor Drive, San Diego, CA 92101. Registration for the conference is located at the website shown below. No site visit will be held. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Phase One RFP will be posted on the website at http://www.esol.navfac.navy.mil on or about 15 May 2003. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the Internet website address listed above. For inquiries, contact Lisa Crawford at crawfordla@efdsw.navfac.navy.mil. NOTE: Contractor's must be registered in the Central Contractor Register (CCR) prior to award of a DoD contract. For more information, see the CCR website at http://www.ccr.gov. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100, Federal Contractor Veterans' Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information and follow-up assistance is provided at VETS-100 Internet site at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at mailto:helpdesk@vets100.com.
 
Record
SN00341016-W 20030607/030605213636 (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.