Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
MODIFICATION

Y -- IDIQ MACC for Activities in the South Texas Area Managed by Southern Division Naval Facilities Engineering Command

Notice Date
2/19/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
N62467-04-R-0077
 
Response Due
3/1/2004
 
Point of Contact
Susie Conner, Contract Specialist, Phone 843-743-7575 x-5443, Fax 843-818-6865, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
susie.conner@navy.mil, shirley.shumer@navy.mil
 
Description
CORRECTION-THE PHASE I PROPOSAL DUE DATE WILL BE ON OR ABOUT 01 MARCH 2004. THIS PRE-SOLICITATION IS BEING ADVERTISED FOR ONE SOLICITATION RESULTING IN THE AWARD OF UP TO FOUR SEPARATE INDEFINITE DELIVERY INDEFINITE QUANTITY, IDIQ, DESIGN-BUILD CONSTRUCTION CONTRACTS OF WHICH ONE MAY POTENTIALLY BE AWARDED TO A SUCCESSFUL 8A OR HUBZONE CONTRACTOR AND THE OTHER THREE ARE INTENDED TO BE UNRESTRICTED. The Solicitation Number will be referred to as N62467-04-R-0077. The SIC Code for this Solicitation is 236220-Commercial and Institutional Building Construction. The Size Standard is $28,500,000. Work covers general building type projects, new construction and renovations, including but not limited to, administrative, aircraft support facilities, industrial buildings, marine construction, mechanical and electrical improvements, civil construction, grading, drainage, and sewage, potable water – storage and transmission, training, dormitory, family housing renovation, community support type facilities, and maintenance for such facilities for activities in the southern area of the State of Texas managed by Southern Division Naval Facilities Engineering Command. The work will be at the following primary locations - Naval Air Station Corpus Christi and outlying airfields, Naval Air Station Kingsville and outlying airfields, and Naval Station Ingleside. Proposers will be evaluated using the Two-Phase Design-Build, Request for Proposal, RFP, procedures that result in awards based on BEST VALUE to the Government, price and other factors considered. Each contract is for one year with four option years. The anticipated workload is $75-$100 million over the life of all contracts and the maximum combined value of all contracts will not exceed $200 million. Projects will vary in size from around $3 million to $15 million with the average project in the $3 - $6 million range. This procurement will include potential set-asides for one 8a eligible or one HUBZone eligible contractor. These contractors will be required to be rated as at least Acceptable in Phase I in order to proceed to Phase II. If an 8a or HUBZone contractor is not able to meet the requirements to make them Acceptable in Phase I, the contract will be reverted to Unrestricted and awarded as such. The successful offerors will be expected 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. 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. 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 may also require incorporation of sustainable 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, Small Business Subcontracting Effort, Technical Qualifications-including proposed subcontractors, and Management Approach. Phase I Design-Build Factors relate to the five year IDIQ contract requirements for general building type projects-new construction and renovation- including, but not limited to administrative, aircraft support facility, industrial buildings, marine construction, mechanical, electrical improvements, civil construction, grading,or, only 1, that receives at least 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 a basic contract award in Phase II. This successful 8a or HUBZone contractor will compete on the seed projects and all future task orders. Otherwise eligible 8a and HUBZone contractors are invited to participate on an unrestricted basis as appropriate. 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. Offerors who fail to submit technical and price proposals will not be considered for an 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 construction. Price proposals may include total price or evaluation of scope-design options with the Governments published budget for award. The offeror with the best value proposal, for each seed project, if there is more than one, will be awarded the seed project under one of the IDIQ design-build contracts. An offeror may be awarded more than one of the seed projects. All contractors awarded an IDIQ contract under Phase II will compete on subsequent task orders. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the best value continuum or low price, technically acceptable. If the government decides to issue the task order as a best value, award factors may vary depending on the unique requirements for each task order. Should one of the 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. 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 total price; and 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 WILL BE ADVISED 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. The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 30 January 2004. Phase II will be issued at a later date. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective offerors must register themselves on the web site. The official planholders list will be maintained and can be printed from the web. Amendment will be posted on the web site for downloading. This will normally be the only method of distributing amendments- therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors must also 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 sent by email to Susie.conner@navy.mil NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-04-R-0077/listing.html)
 
Place of Performance
Address: Naval Air Station, Corpus Christi, TX
 
Record
SN00674586-F 20040917/040915213419 (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.