Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2004 FBO #0866
SOLICITATION NOTICE

Z -- ID/IQ Solution Order Concept (MACC) for Great Lakes and 15 State Area of Responsibility

Notice Date
4/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-04-R-0022
 
Response Due
6/15/2004
 
Archive Date
6/15/2004
 
Point of Contact
Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567, - Katie Kuehn, Contract Specialist, Phone (847) 688-2600 x103, Fax (847) 688-6567,
 
E-Mail Address
judy.honold@navy.mil, kuehnkj@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Pre Solicitation Notice N68950-04-R-0022 INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) SOLUTION ORDER CONCEPT MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) AT NAVAL TRAINING CENTER, GREAT LAKES, ILLINOIS AND OTHER ACITIVIES IN THE ENGINEERING FIELD ACTIVITY, MIDWEST AND FIFTEEN STATE AREA OF RESPONSIBILITY. The work includes renovation, alterative, repair, construction and design/build capability by means of an Indefinite Delivery/Indefinite Quantity (IDIQ) Solution Order Concept Multiple Award Construction Contract (MACC) at Naval Training Center, Great Lakes and the fifteen states of responsibility includes Naval Installations in CO, IL, IN, IA, KS, KY, MI, MN, MO, ND, NE, OH, SD, WI AND WY. However, the majority of the work will be at Great Lakes, Illinois. This solicitation is 100% set-aside for 8(a) firms servicing the Chicago District Office, which have a NAICS Code Sector 233, 234 and 235. The solicitation will result in the award of a minimum of one or a maximum of two contracts to the one or two 8(a) contractors who provides the most advantageous, responsive and responsible proposal to the government, price and other factors considered. The new MACC awardee will compete with the current MACC contractors, Far East/Rasch Joint Venture and Pacific Construction Services on all future task orders. Offerors will be required to respond to technical factors such as past performance, key personnel, management, safety, bonding capability, and scheduling and a price proposal for a ?seed? project, which is an Upgrade the Hospital Operating Room HVAC, Building 200H at the Naval Training Center, Great Lakes, Illinois. The estimated price range for the seed project is $250,000 to $315,000. The Government will award the seed project based on the most advantageous combination of price and technical factors that result in the overall best value to the Government. Price proposals will include total evaluated price (price of the seed project plus modification markups). Current MACC contractors, Far East/Rasch Construction and Pacific Construction Services, will also be competing for the seed project and the award for this seed project will be made to the offeror who provides the best value proposal based on technical factors and price. In addition, one or two other 8(a) contractors will be selected for award of the new MACC contract. The award of the broader MACC contract will also be based, in part, on the price proposed for the ?seed? project even if one of the current MACC contractors receives the ?seed? project award. The new MACC will be for a base year of twelve (12) months and two (2) twelve (12) -month options periods for a total maximum duration of thirty six (36) -months or a total contract value of $15 million, whichever comes first. The minimum of one or maximum of two new MACC awardees may be awarded the seed project or a minimum guaranteed amount of $25,000. Firms will be expected to participate in the pre-proposal conference. The Government may choose to award the seed project based on initial proposals without holding discussions. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any one or all proposers; to award the seed project to other than the proposer submitting the lowest total price; and to award a new MACC contract to a maximum of two proposers whose proposal is determined to be the most advantageous, base value, to the Government. Offerors who fail to submit technical and price proposals for a seed project will not be considered for award. The solicitation is expected to be issued on or about June 15, 2004. FOLLOW-ON WORK AFTER AWARD. The new IDIQ Contract awardee(s) will be competing with the current MACC contractors, Far East/Rasch Construction and Pacific Construction Services, on subsequent task orders. Please note that a bid bond will be required for each task order proposal. Each awarded task order will indicate a specific completion date and associates liquidated damages. Subsequent task orders may be awarded on either the best value trade-off or low price and technically acceptable. If the Government decides to issue the task order as a best value, award factors will vary depending on the unique requirements for each task order. Should of one of the two IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, then the Government reserves the right to negotiate a task order with only that offeror.
 
Place of Performance
Address: Naval Training Center, Great Lakes, Illinois
Zip Code: 68888-5600
Country: USA
 
Record
SN00562692-W 20040410/040408212452 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.