Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOLICITATION NOTICE

Y -- IDIQ MACC for Design-Build Projects Under ROICC Memphis, Naval Support Activity, Millington, TN Area of Responsibility (AOR)

Notice Date
2/11/2004
 
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-0289
 
Response Due
3/27/2004
 
Point of Contact
Susan King, Contract Specialist, Phone 843-820-5632, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
Susan.M.King@navy.mil, shirley.shumer@navy.mil
 
Description
THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION FOR THREE CONTRACTS, AND POTENTIAL AWARD FOR ONE 8A OR HUBZONE ELIGIBLE CONCERN. This procurement will result in the award of up to four separate Indefinite Delivery Indefinite Quantity, IDIQ, Design-Build Construction Contracts for general building type projects- new construction and renovation-roofing, demolition, repair of facilities and infrastructure including but not limited to 1-barracks and personnel housing facilities, 2-administrative facilities, 3-warehouses and supply facilities, 4-medical and dental facilities; 5-abatement and handling of hazardous-regulated materials-including but not limited to asbestos, lead paint and PCBs; 6-the civil, sanitary, stormwater, mechanical and electrical systems This Area Includes But Is Not Limited To: Naval Suppport Activity Mid-South, Millington, TN; Marine Corps Reserve Center, Memphis TN; Large Cavitation Channel, President?s Island, Memphis, TN; Navy Marine Corps Reserve Center-NMCRC, Nashville, TN; NMCRC Bessemer, AL; NMCRC, Huntsville, AL; and NMCRC Little Rock, AR. Proposers will be evaluated using the Two-Phase Design-Build, Request For Proposal, RFP, source selection procedures that result in awards based on Best Value to the Government, price and technical factors considered. Each contract will be for one base year with four one-year options. The total 5 year, base year and 4 option years, estimated cost for all four IDIQ Contracts is NTE $30,000,000. The anticipated cost for each task order is between $100,000 and $3,000,000. This range is for information purposes only and may vary. Proposers will be required to submit a bid bond for the seed project and for each task order. This procurement will include potential award for one 8a or one HubZone eligible contractor. These proposers will be required to be rated as at least Acceptable in Phase I. If the 8a or the HubZone proposers are not able to meet the requirements to make them Acceptable in Phase I, the solicitation will be reverted to unrestricted and awarded as such. Participation in Pre-Proposal Conferences or Site Visits for the initial award or any task orders is the responsibility of the offeror and is not directly reimbursable by the Government. 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. Task orders may 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 will require incorporation of sustainable design 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 up to a maximum of seven 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 factors relate to the five year IDIQ contract requirements for general building type projects described above. Only those proposers selected in Phase I will be allowed to proceed to Phase II. An 8a or HubZone contractor, only 1, who receives an Acceptable overall rating in Phase I will automatically receive a contract award in Phase II. If more than one 8a or HubZone contractor receives at least an overall rating of Acceptable in Phase I, the 8a or HubZone contractor with the highest rating will receive the award in Phase II. This successful 8a or HubZone contractor will compete on the seed project and all future task orders. If the successful 8a or HubZone contractor does not receive award of a task order over the life of the contract, a project with a value of under $3 million will be negotiated on a sole source basis with this contractor to meet the minimum guarantee portion of the contract. In Phase II, a maximum of seven Phase I offerors will be allowed to submit technical and price proposals. The selected Phase I offerors must submit technical and price proposals. Offerors who fail to submit technical and price proposals will not be considered for 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 design-construction. Price proposal may include total price or evaluation of scope-design options or additives with the Governments published budget for award. The offeror with the best value proposal for the seed project will be awarded the seed project under one of the IDIQ design-build contracts. The other IDIQ contract,s, will be awarded to the design-build offeror,s, who provide the best overall proposal for the seed project after the offeror who has been awarded a seed project has been removed from further competition. A minimum guarantee of $25,000 will be consideration for the award of the other IDIQ contract,s, where a seed project was not awarded. After award of the initial contracts, the four successful contractors will compete for task orders based on either best value using the trade off process or low price technically acceptable to the government. Task order statements of work may be written based on a Government-Contractor Team cooperative scoping of the work. Some statements of work will include 100 percent plans and specifications and some will include Design-Build RFPs. On-site walk-throughs will be conducted with the IDIQ contractors and appropriate government personnel to jointly access and determine a statement of work, to-do list, thereby developing a performance specification for the work. If the government issues the task order as a best value, award factors may vary depending on the unique requirements for each task order. Each awarded task order will indicate a specific completion date and associated liquidated damages. Should one of the IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, the Government reserves the right to negotiate a task order with only that offeror. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest price; to award to other than the offeror submitting the highest technically rated proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE IN PHASE II, WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Phase II proposals will be requested initially on the most favorable price and technical terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify, certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. Firms submitting technical and price proposals will not be compensated for specifications or documentation. FOR SPECIFICATIONS-The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about February 26, 2004. Phase I proposals will be due around March 27, 2004. PHASE II WILL BE ISSUED AT A LATER DATE. Both Phase I and Phase II, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective offerors MUST register themselves on the website. The official planholders list will be maintained and can be printed from the website. Registering for this solicitation, however, does not release bidders-offerors from the responsibility of checking the solicitation daily for amendments. Amendments will be posted on the website for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEBSITE 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 e-mailed to susan.m.king@navy.mil. The NAICS code for this procurement is 236220: Commercial and Institutional Building Construction. The Size Standard is $28.5M.
 
Place of Performance
Address: Naval Support Activity, Millington, TN
 
Record
SN00520706-W 20040213/040211212758 (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.