Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
MODIFICATION

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract

Notice Date
2/17/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-05-R-4009
 
Response Due
4/11/2005
 
Archive Date
4/26/2005
 
Point of Contact
Traci Pichler, Contract Specialist, Phone 847-688-2600x164, Fax 847-688-6567, - Traci Pichler, Contract Specialist, Phone 847-688-2600x164, Fax 847-688-6567,
 
E-Mail Address
traci.pichler@navy.mil, traci.pichler@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SYNOPSIS: Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (DB-MACC) at the Naval Station, Great Lakes, Illinois and other activities within a 75-mile radius of Great Lakes, Illinois. This pre-solicitation notice is for information purposes only. Solicitation documents will not be available for downloading until approximately March 15, 2005. This solicitation is a 100% set-aside for 8(a) firms servicing the SBA Illinois District Office. The NAICS Code for work under this contract is 236220. The solicitation will result in the award of one (1) IDIQ contract with a guaranteed minimum of $10,000.00 to the 8(a) contractor who provides the most advantageous, responsive and responsible technical proposal to the government. The work will include renovation, alteration, repair, construction and design/build capability by means of an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) at the Naval Station, Great Lakes, Illinois and other military facilities within a 75-mile radius. The preponderance of work in this contract will be maintenance and repair work, and occasional new construction with some design capability required. The Government may choose to award the contract based on initial solicitation technical factors without holding discussions; the Government additionally reserves the right to reject any or all submittals at any time prior to award. The contract contains a base period from contract award to September 30, 2006 and one (1) twelve-month option for a total maximum duration of thirty months for a maximum value of $10 million per year for all three indefinite quantity contractors. The solicitation is expected to be issued on or about March 15, 2005. TECHNICAL EVALUATION FACTORS: All factors are of equal importance. Sub-factors within each factor are of equal importance unless otherwise noted with the factor. Factor A: Past Performance and Relevant Project Experience Factor A1: Construction (given more weight than Design) Factor A2: Design Factor B: Key Personnel Factor B1: Construction Team Factor B2: Design Team Factor C: Management Factor C1: Management Approach Factor C2: Quality Control Factor C3: Safety Factor C4: Bonding Capability Factor C5: Scheduling FOLLOW-ON WORK AFTER AWARD: The new IDIQ Contract awardee will be competing with the current MACC contractors, Far East/Rasch Construction and Pacific Construction Services, on subsequent task orders. Task orders will range in size from $100,000 to $3,000,000. Task orders placed on this contract may include 1) 100% design; 2) performance specifications; or 3) may require the contractor to do necessary design work. 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 associated liquidated damages. Subsequent task orders may be awarded based on either best value trade-off or low price technically acceptable. If the Government decides to issue a task order based on best value, award factors will vary depending on the unique requirements of that task order. Should the newly awarded IDIQ contractor be unable to competitively secure a task order to meet the minimum guarantee, the Government reserves the right to negotiate a task order with only that offeror.
 
Place of Performance
Address: 201 Decatur Avenue, Bldg. 1A, Great Lakes, Illinois
Zip Code: 60088-5600
Country: USA
 
Record
SN00753804-W 20050219/050217212218 (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.