Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
MODIFICATION

Z -- Multiple Award Construction Contract III (MACC)

Notice Date
11/28/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-01-R-0101
 
Response Due
1/27/2004
 
Point of Contact
Susan Noce, Contract Specialist, Phone 6105950806, Fax null,
 
E-Mail Address
nocesj@efane.navfac.navy.mil
 
Description
Description of Advertised Solicitation Solicitation No: N62472-01-R-0101 should be changed to N62472-03-R-0101 Title: MULTIPLE AWARD CONSTRUCTION CONTRACT III (MACC), Task Order 0001 (Seed Project) Design and Construction of the Bachelor Enlisted Quarters (BEQ), at the Naval Academy Prep School (NAPS), at the Naval Station Newport, RI Location: Newport, RI US Issue Date: 29 Dec 2003 Due Date: 29 Jan 2004 2:00 PM Posted on Web: 26 Nov 2003 Price Range: Estimated between $10,000,000 and $25,000,000 Preference Program: Unrestricted- Federal Acquisition Regulation clause 52.219-4, “Notice of Price Evaluation Preference for Hubzone Small Business Concerns Contracting POC: Susan Noce 610-595-0806 Technical POC: Same as above Synopsis This is a Corrected Pre-Solicitation Notice. Please note that the solicitation number has been corrected to N62472-03-R-0101 and that the estimated date for the Request For Proposal package availability has been changed to December 29, 2003. Two Phase design/build Source Selection procedures will be utilized for this procurement. THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The acquisition is being conducted using full and open competition (unrestricted) and is therefore subject to Federal Acquisition Regulation clause 52.219-4, “Notice of Price Evaluation Preference for Hubzone Small Business Concerns”. This solicitation will result in award of the Multiple Award Construction Contract - III (MACC-III). The MACC III may include up to five (5) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The contracts are for a base year and three one-year option periods. A set maximum amount has been established for each year, which includes up to $35 million for the first year, up to $20 million for the second year, up to $25 million for the year, and up to $20 million for the fourth year. The total amount for all task orders issued during the four year term, regardless of the number of contracts awarded, will not exceed $100,000,000. Task orders issued under this contract will range from $3,000,000 to $20,000,000; however, smaller and larger dollar value projects may be considered. Future task orders will be competed only among the up to five successful contractors. Award of each future task order may be based on either Best Value to the Government or low price. Future task orders may require multi-disciplined engineering and design services in all aspects of construction for new and renovation projects. Environmental engineering services, including analysis of requirements, preparation of permit applications and design may also be required. All key professional disciplines shall be registered. The work contemplated under this procurement will include new construction, alterations, renovations, maintenance, repairs, and the ability to do design build projects, but fully designed projects may also be competed under these contracts. Projects may include asbestos/lead based paint removal, demolition, proprietary items and options. A significant number of design-build or performance based task orders may be placed under the resultant contracts. The work under the MACC-III contracts will be concentrated in, but not limited to, Engineering Field Activity Northeast’s 10 state area of responsibility, which includes Maine, New Hampshire, Rhode Island, Connecticut, Vermont, Massachusetts, New York, New Jersey, Pennsylvania and Delaware. It is intended to award up to five (5) separate Indefinite Quantity contracts encompassing a base period of 365 calendar days and three one year options which may be exercised by the Government during which separate task orders for projects will be placed. The Government reserves the right to award up to five contracts under this solicitation or to award only one contract covering only the seed project identified under the solicitation. The North American Industry Classification sidered to be the most advantageous to the Government as a result of a Best Value evaluation with price and technical evaluation factors being approximately equal in importance. Two-phase design-build Source Selection procedures will be utilized for this procurement. The evaluation factors under Phase-One may include the following: 1) Relevant Past Performance; 2) Management Approach; 3) Technical Experience, Expertise, and Qualifications, 4) Commitment to Small Business Concerns, and 5) Safety Record. Offerors will be required to provide information for both their construction team, as well as their design team under these factors. Based on its evaluation of the Phase –One, the DON will invite up to eight (8) offerors judged best qualified for this MACC-III, as well as, the seed project, Bachelor Enlisted Quarters (BEQ), Naval Academy Prep School (NAPS), Naval Station Newport, RI, to participate in Phase-Two. Offerors selected to participate in Phase – Two will be provided the RFP including technical plans and specifications for the BEQ NAPS, at the Naval Station Newport, RI. Phase-Two will consist of Price and Technical proposals. The seed project will also be evaluated as to price reasonableness. Phase –Two technical evaluation factors may include the following: 1) The Overall Aggregate Technical Rating Received for Phase One; 2) Technical Approach to Seed Project; and 3) Seed Project Management Plan. The award of the seed project will meet the minimum guaranteed amount of $25,000. The aggregate maximum value of all contracts awarded under this MACC will be $100 million over the 4 years of contract performance. A bid guarantee (Standard Form 24) executed by a surety company holding a certificate of authority from the Secretary of the Treasury as an acceptable surety, or other security as provided in FAR Clause 52.228-1, “Bid Guarantee” will be required for the seed project and every project solicited under this contract during the term of the contract. All task orders will require payment and performance bonds. The scope of the seed project is the design and construction of the BEQ, at the NAPS, Naval Station Newport, RI. The BEQ NAPS shall be configured as described herein. It shall be used for bachelor housing for students at the Naval Academy Prep School. It shall be a multi-story structural steel framed building consisting of a maximum total gross area of 7,110 square meters. The BEQ NAPS shall provide berthing for a minimum of 320 students in (80) 2+2 modules, however, the Contractor shall maximize the building space to provide as many 2+2 modules as possible within the allowable gross building area. Positive consideration will be given to those designs which exceed the 80 module minimum up to the 90 module maximum berthing not less than 360 students within funds available. A Navy 2+2 module includes two double-occupancy bedrooms, one closet per person, a shared bathroom, a shared head and two service areas. The following is a list of the major program components required: (a) A minimum of 80 2+2 Modules housing not less than 320 personnel, (b) Common Building Areas including Quarterdeck/Main Entrance/Reception area with public handicapped-accessible unisex lavatory, circulation and corridors, stairs, elevators, laundry facilities, building utility room(s), Student Lounge, common-use computer and computer printer areas, learning/conference rooms (EI Rooms), Battalion mail area, Battalion vending area and supply storage areas (janitorial closets), (c) Computer Server Room/IT Office/Computer Repair Room, (d) Parking area for BEQ residents and visitors, and (e) Site improvements, including utilities, fire protection, data systems (telephone, LAN and cable TV). Site work includes pavements, utilities, and other related landscaping and anti-terrorism/force protection features. The latest environmentally friendly, energy efficient materials and building operation systems will be incorporated into the building design. The NAPS BEQ shall be designed to meet the requirements of ASHRAE standard 90.1, “Energy Standard for Buildings Except Low-Rise Residential Buildings. The building shall also incorporate Sustainable Design features, and meet at least the certified level of the U.S. Green Building Council’s Leadership in Energy and Environmental Design (LEED) rating system. The budgeted amount for the design and construction of the seed project is $13,500,000 and includes a maximum period of 678 days for completion of the work. Davis Bacon wages will be applicable to this project. The seed project includes design and construction services. It is anticipated that the seed project will include proprietary items which will be synopsized at a later date. Source Selection evaluation procedures on subsequent individual task orders will be at the discretion of the Contracting Officer. All awardees will be given a fair opportunity to competitively quote/propose on all future task order solicitations, unless, at the government’s discretion, a decision to award to only one firm is necessary to satisfy minimum guarantee. However, awardees are not required to propose on all task order solicitations. Awardees are only required to notify the contracting officer within ten (10) calendar days after receipt of a task order solicitation if they are not planning to submit a proposal on a particular task order. Participation in the pre-proposal conference or site visits for all task orders will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require registered multi-disciplined professional disciplines (architectural/engineering). Questions about this Solicitation MUST be submitted in writing. Any question, please call Ms. Susan Noce at 610-595-0806 or fax her at (610) 595-0535. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitations issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at www.ccrdlsc.dla.mil or by referring to DFARS Subpart 204.73. Offerors should submit verification of their firm's registration in the CCR Database with their proposal. The estimated date that the Request for Proposal package will be available is 12 December 2003 and the estimated due date for receipt of Phase-One proposals date is 2:00 P.M., EST, 27 January 2004 at EFA Northeast – Naval Facilities Engineering Command, 10 Industrial Highway, MS #82, Tinicum Industrial Park, Lester, PA 19113-2090. A pre-proposal conference and site visit is planned at the Naval Station Newport, RI at a date to be announced. Availability of the solicitation will be limited to electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is: http://www.esol.navfac.navy.mil. Downloading from the Internet is free of charge, however, some plans and specifications will take a considerable amount of time to download. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (http://www.esol.navfac.navy.mil). You must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, when the Request for Proposals (RFP) package becomes available, you will receive an e-mail informing you that the RFP package is available for downloading. An official Plan Holders list will be maintained on-line and can be printed from the web site. Plan Holders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore, the contractor’s responsibility to check the Internet site listed above daily for any posted changes to the solicitation plans and specifications. For technical questions concerning this project email nocesj@efane.navfac.navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62472/N62472-01-R-0101/listing.html)
 
Place of Performance
Address: Seed Project - Newport, Rhode Island
Country: USA
 
Record
SN00537657-F 20040306/040304235644 (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.