Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOURCES SOUGHT

Z -- Solicitation for Interest in Multiple Award Design-Build Contract

Notice Date
1/22/2004
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, AK, 99802-1747
 
ZIP Code
99802-1747
 
Solicitation Number
Reference-Number-HSCG87-04-MATOCDB
 
Response Due
1/30/2004
 
Archive Date
3/15/2004
 
Point of Contact
Ron Klaudt, Contracting Officer, Phone 907-463-2414, Fax 907-463-2416, - Richard Garrison, Contracting Officer, Phone (907) 463-2415, Fax (907) 463-2416,
 
E-Mail Address
rklaudt@cgalaska.uscg.mil, rgarrison@cgalaska.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
USCG Civil Engineering Unit, Juneau, Alaska, is soliciting notification of interest from small business firms, including HUBZone and 8(a), which would be interested in proposing on a Multiple Award Task Order (Indefinite Delivery-Indefinite Quantity) Design-Build contract. The NAICS codes would be within Sub-sectors 236 (Construction of Buildings) and 237 (Heavy and Civil Engineering Construction), with a small business size standard of $28.5 million in average annual receipts over the previous three years. The procurement may include partial set-aside provisions for eligible HUBZone and 8(a) firms, provided such proposers qualify as acceptable under Phase I. The procurement would result in the award of up to five (5) separate IDIQ design-build construction contracts primarily for general building type renovation projects, but with some new construction. Coast Guard facility types are varied, but are predominately housing, office and administrative facilities, aircraft hangars, cutter support team facilities and various types of storage facilities located in marine coastal environments. The work would be located primarily in south central, southeast and western Alaska, but would not be limited to those areas of the state. Offerors would 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 and other factors considered. Each contract would be for one year with four one-year renewal options. The total value of all contracts combined would not exceed $50 million over the potential 5-year period. The minimum guarantee would be $50,000 per contract. Projects would vary in size from around $100,000 to $3,000,000 with most projects in the $250,000 to $750,000 price range. The successful offerors would be expected to submit technical and price proposals on future task announcements, which would vary in stage of design completion from conceptual to nearly complete. Lack of responsiveness to task announcements would result in the government not exercising the renewal option for extending the contract. Participation in pre-proposal conferences, site visits and proposal preparation for future task orders would be the responsibility of the offeror and would not be directly reimbursable by the Government. Task orders may require multi-disciplined design services in all aspects of general building construction for new and renovation projects including lead and asbestos abatement. All professional disciplines shall be registered and/or certified in their discipline. Professionals responsible for stamping drawings, designs, plats, etc. shall be registered in the State of Alaska. Phase I of the acquisition process would be the narrowing of the competitive field to no more than eight (8) proposers (design-build teams) based on design-build factors that include: Past Performance, Technical Qualifications (including proposed subcontractors), and Management Approach. Only those proposers selected in Phase I would be allowed to proceed into Phase II. In Phase II, the successful Phase I offerors would 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 would require preparation of a limited design solution and price proposal for an initial project. Offer guarantees/bid bonds would be required for the initial project and future task orders. The best value proposal would be awarded the initial project and an IDIQ design-build contract with renewal options. The other IDIQ contract(s) would be awarded to the design-build offeror(s) who provide the next most competitive proposal(s). A minimum guarantee of $50,000 would be consideration for the award of the other IDIQ contracts. The minimum guarantee would be payable only if the contractor(s) are awarded no task orders over their total contract term. Future task orders would be competed among the firms that were awarded an IDIQ, with each task order award based on either "best value" or "lowest price technically acceptable" proposal. If your firm is an 8(a), HUBZone or other small business and would be interested in this type of contract please submit the name of your firm, point of contact, telephone number and email address to Ron Klaudt at email rklaudt@cgalaska.uscg.mil or Rich Garrison at email rgarrison@cgalaska.uscg.mil by close of business on 30 January 2004. Please state that your firm is interested in the Multiple Award IDIQ Design-Build contract. If you have any questions, please contact Ron Klaudt at (907) 463-2414 or Rich Garrison at (907) 463-2415, fax 463-2416. Once notices of interest are received a determination will be made whether or not to pursue this type of contract.
 
Place of Performance
Address: ALASKA
Country: USA
 
Record
SN00507714-W 20040124/040122211534 (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.