Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

Y -- Design Build Multiple Award Agreement

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
N62472-05-R-0222
 
Response Due
2/24/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement is restricted to 8(a), HubZone and Service Disabled Veteran Owned Small Business Concerns. The procurement will be conducted using source selection procedures and the selection of the highly qualified firms will be based on non-price factors, which are cited in the solicitation. It is anticipated that four (4) to eight (8) firms will be selected. Engineering Field Activity Northeast requires qualified sources for repairs, renovations, new construction and alterations to shore facilities, and utilities, belonging to the Government. The agreements resulting from this solicitation provide for the award of individual orders, defined as ?Task Orders? for the accomplishment of various construction projects, for the Naval Facilities Engineering Command. These agreements will be in full force and effect not to exceed thirty-six (36) months. Task orders will be competed amongst the selected firms and awarded based on Price and technical factors as appropriate. Such technical factors may include but are not limited to past performance, relevant experience and design features proposed. Each Task Order awarded shall include all labor wages, management, supervision, mobilization, material and equipment costs. The contractor shall furnish all project management, planning, estimating, labor, transportation, materials, equipment, tools supervision, design and all other associated costs necessary to fulfill the requirements of the Task Orders. Task orders will be firm fixed price. It is anticipated that the preponderance of the Task Orders will be Design/Build, although Design/Bid/Build projects may also be issued. The estimated range of Task Orders awarded under this agreement is between $3,000,000.00 and $10,000,000.00. The Place of Performance shall be designated on each Task Order. The majority of work will be performed at facilities located in the the EFANE 10 state area which includes Connecticut, Delaware, Maine, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island and Vermont although projects may be offered at other locations. This acquisition will evaluate offerors considering the following factors: (1) Demonstrated Capability, (2)Past Performance and (3) Design Build Organization. Detailed description of the submission requirements and the evaluation criteria will be included in the solicitation. RFP will be posted on or about 25 January 2005 to the NAVFAC E-Solicitation website. All attachments to be filled out and submitted under this procurement can be obtained through this website at http://esol.navfac.navy.mil. Interested parties should visit the web address provided above to register for this solicitation no later than 20 January 2005. If the number of responses received does not ensure adequate competition, this solicitation may be cancelled prior to issuance.
 
Place of Performance
Address: EFANE 10 state area which includes Connecticut, Delaware, Maine, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island and Vermont although projects may be offered at other locations.
Country: United States
 
Record
SN00732518-W 20050112/050110212032 (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.