Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

N -- MECHANICAL DESIGN-BUILD NEW CONSTRUCTION, REPAIR AND RENOVATION PROJECTS

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Far East, Yokosuka Naval Base, Building 1828 Tomari-cho, Yokosuka, AP, 238-0001
 
ZIP Code
00000
 
Solicitation Number
N40084-05-R-0143
 
Response Due
4/28/2005
 
Archive Date
5/13/2005
 
Description
This procurement is "UNRESTRICTED" with the intent to award a minimum of two firm-fixed price, multiple award, indefinite delivery/indefinite quantity type contracts for Mechanical Design-Build New Construction, Repair and Renovation Projects for the Kanto Plains Geographical Area of Japan including Yokosuka, Atsugi, Camp Fuji and Tokyo. Majority of the work covers general mechanical systems type project (new construction and repair) including HVAC systems new installation and repair; steam line replacement and repair; fire protection systems new installation and repair; facility mechanical systems new installation and repair; family housing mechanical systems new installation and repair and fueling systems (new construction, repair and demolition). The scope of the Mechanical Design Build MACC is for mechanical system type projects but may also include as minor work (less than 50% of project cost), electrical, civil and architectural construction within the Kanto Plains Geographical area, Japan. Proposers will be evaluated using the two-phase design/build selection procedures. There will be two separate specifications issued sequentially. The principle evaluation factors of each Phase for this procurement are as follows: Phase-I Factors: The following evaluation factors shall be used to evaluate the technical proposal. Technical factors are in descending order of importance. Factor 1-1 is significantly greater than Factor 1.2. Factor 1.2 is significantly greater than Factor 1.3. 1. Technical Proposal (1), Factor 1.1 ?EPast Performance Factor 1-2 ?EExperience Factor 1-3 ?EManagement & Key Personnel Phase-one proposals will be evaluated and the most qualified firms (not to exceed five) will be selected to proceed to phase-two of the process. The selected firms will be issued the phase-two specifications and drawings and given an opportunity to submit technical and price proposals. Phase-II Factors: The following evaluation factors shall be used to evaluate the technical and price proposals for the seed project. Technical and price evaluation factors are considered approximately equal. Technical factors are in descending order of importance. Factor 1-4 is significantly greater than Factor 1.5. Factor 1.5 is significantly greater than Factor 1.6. 1. Technical Proposal (1) Factor 1.4 ?EDesign Solution Narrative Factor 1.5 ?EConceptual Site Plan and/or Building Design Factor 1.6 ?EPhasing Plan/Schedule 2. Price Proposal (2) Two-phase source selection procedures will be used and awards will be made to responsible offerors whose proposal, conforming to the solicitation, is the most advantageous and offers the best value to the Government considering price and technical evaluation factors. Each contract will be for a term of 3 years consisting of one base year with two, one-year options. Each contract shall be awarded with a maximum ceiling of $10,000,000 per year with a potential contract total of $30,000,000. It is anticipated that the base and each option period will be for a period of 12 months or a ceiling of $10,000,000, whichever occurs first. The guaranteed minimum is $25,000 for the base year only. The anticipated construction cost for each task order is between approximately $100,000 and $2,500,000 with the average project in the $350,000-$450,000 range. This range is for information purposes only and may vary. The Government intends to issue the RFP on the WEB only. The Request for Proposal (RFP) for phase-one will be issued on or about 29 March 2005, with a proposal due date of 28 April 2004. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil Prospective offerors must register on the web site. The official planholder list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments. If you register for this solicitation, you will receive a courtesy email notifying you of all amendments for this solicitation posted to this web site.
 
Place of Performance
Address: The Fleet Activities, Yokosuka, Japan including Yokosuka, Atsugi, Camp Fuji and Tokyo.
Country: JAPAN
 
Record
SN00769362-W 20050317/050315212918 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.