Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

Y -- Larger 8(a) Multiple Award Construction Contract (MACC)

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-04-R-9115
 
Response Due
7/27/2004
 
Archive Date
8/11/2004
 
Point of Contact
Mark Snell, Contract Specialist, Phone (360396-0239, Fax (360)396-0853, - Pamela Grady, Contracting Officer, Phone 360-396-0250, Fax 360-396-0853,
 
E-Mail Address
mark.snell@navy.mil, pam.grady@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This is a 100% 8(a) set-aside competitive procurement and is open only to construction 8(a) firms with a bona fide Washington State office. The Government intends for the Large 8(a) Multiple Award Construction Contract (MACC) vehicle to be awarded as 3 to 5 contracts from a single solicitation. Resulting 8(a) MACC contracts will be Indefinite-Delivery, Indefinite Quantity (IDIQ). The minimum guarantee for each offeror awarded a contract is $25,000. The $25,000 minimum guarantee will be deducted from the first Task Order awarded to each contractor. The contract duration consists of a one-year base period and two one-year option periods. The Not To Exceed (NTE) amount for the life of the overall 8(a) MACC vehicle is $125 Million. The NTE amount for each contract will be $150 Million divided by the number of contract awardees. Task Orders will be firm fixed price with an award range between $100,000,000 and $6,000,000. Note, an additional 8(a) MACC will be awarded by the conclusion of Fiscal Year 2004 with a Task Order award range of $100,000 to $1,500,000. Offerors can submit proposals for both MACC vehicles. Task Orders will consist of new construction, renovation, alteration, demolition, and repair work, including any necessary design. Task Orders may include the following types of scopes of work: design-build, 100% design, performance-based, or a combination thereof. Projects will potentially be located at various locations serviced by Engineering Field Activity Northwest (EFA NW) including Washington, Oregon, Idaho, Montana, and Alaska, but primarily Washington State. The applicable North American Industry Classification System (NAICS) Code is 236; Construction of Buildings. The applicable size standard is $28.5M. Representative types of projects for NAICS 236 include, but are not limited to: administrative and industrial facilities, housing renovation, childcare centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. Award will be based on a tradeoff (best value) source selection, considering evaluation factors that will be identified in the solicitation. At time of award the highest rated offeror will receive the seed project and the next most highly ranked offerors selected for contract award will receive the minimum guarantee. The Government intends to evaluate MACC proposals and award contract(s) without discussions. Therefore, each initial proposal should contain the offeror?s best terms from a technical and cost or price standpoint. Offerors should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposal. However, the Government reserves the right to conduct discussions if determined to be in the best interests of the Government. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contract awardees are not guaranteed work in excess of the minimum guarantee. Task Order evaluation factors will vary depending on the unique requirements for each Task Order and may be competed on the basis of price, trade-off analysis (best value), or low price technically acceptable. Each awardee shall be provided a fair opportunity to be considered for each Task Order award, except under those circumstances described in FAR 16.505. Competition for this procurement is limited to eligible 8(a) firms located in Washington State and 8(a) participants in good standing serviced by a SBA office outside of Washington State but having a Bona fide branch office in Washington State. A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. The SBA assigned number for this procurement is 7700-04-404238. Joint Venture Agreements are allowable on competitive 8(a) set-asides and must be received by SBA prior to proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. No corrections and/or changes are allowed after time of submission of proposals. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation package, including plans and specifications will be posted on the NAVFAC electronic solicitation website http://esol.navfac.navy.mil. It is the offeror?s responsibility to check the web site for any updates to the status of the solicitation or other notices. The only plan-holder list available is via the ESOL website under this solicitation number. Prospective offerors MUST register themselves on the website. The response time set by FAR 5.203 will begin on the date of issuance of the solicitation. The solicitation will be posted on or about June 24, 2004. The estimated period of proposal preparation will be 30 days. The e-mail address for inquiries is: mark.snell@navy.mil.
 
Place of Performance
Address: Locations Serviced by: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA,
Zip Code: 98370-7570
Country: United States
 
Record
SN00592281-W 20040527/040525212511 (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.