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
2/26/2004
 
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
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 award 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. 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, drainage, sewage, potable water-storage, transmission, training, dormitory, family housing renovation and community support type facilities. Only those proposers selected in Phase I will be allowed to proceed into Phase II. An 8a or HUBZone contract NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-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
SN00674587-F 20040917/040915213420 (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.