Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
MODIFICATION

Y -- IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT(S) - DESIGN-BUILD/100%PLANS AND SPECIFICATIONS

Notice Date
3/3/2005
 
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
N62467-05-R-0095
 
Response Due
4/6/2005
 
Point of Contact
Adam Solivan, Contract Specialist, Phone 843-820-5677, Fax null,
 
E-Mail Address
adam.solivan@navy.mil
 
Description
THIS PROCUREMENT IS BEING ADVERTISED FOR ONE SOLICITATION RESULTING IN THE AWARD OF AT LEAST (4) SEPARATE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) DESIGN-BUILD/100% PLANS AND SPECIFICATIONS CONSTRUCTION CONTRACTS OF WHICH ONE MAY POTENTIALLY BE AWARDED TO A SUCCESSFUL 8(A), HUBZONE, OR SERVICE DISABLED VETERAN CONTRACTOR. THE OTHER CONTRACTS ARE INTENDED TO BE UNRESTRICTED. The Solicitation Number will be referred to as N62467-05-R-0095. The NAICS 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 military installations serviced by Southern Division Naval Facilities Engineering Command in the states of Mississippi and Louisiana, and also the ROICC Fort Worth, TX area of responsibility. Task Orders may be issued as either Design-Build or 100% Plans and Specifications. The work will be at the following primary locations: NAS Meridian, NCBC Gulfport, NS Pascagoula, Stennis Space Center, Keesler AFB, NAS/NSA New Orleans, Barksdale AFB, and NAS JRB Fort Worth, Texas. 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 total estimated value for all contracts will not exceed $350,000,000. The anticipated construction cost of each task order is between $3,000,000 to $15,000,000 with the average project in the $3,000,000 - $10,000,000 range. Some projects may include significantly developed designs. If a minimum of two offerors remain in the pool during contract duration, this will satisfy the competitive requirements and preclude the necessity of soliciting for a replacement contractor if for any reason one of the contracts is terminated or one of the offerors is excluded from participation in the process. IT IS THE INTENT OF THE GOVERNMENT TO AWARD AT LEAST FOUR CONTRACTS, ONE OR MORE WITH SEED PROJECT(S) IDENTIFIED IN THIS SOLICITATION AND THE REMAINING WITH A MINIMUM GUARANTEE OF $25,000 FOR THE ENTIRE CONTRACT. This procurement will include potential award for one 8(a) eligible, HUBZone eligible or Service Disabled Veteran 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 8(a), HUBZone, or Service Disabled Veteran 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 (7) proposers (design-build teams) based on design-build factors that include: Past Performance, Small Business Subcontracting Effort, Experience, Technical Qualifications (including proposed subcontractors), and Management Approach. Phase I Design-Build Factors relate to the five (5) 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 and 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 8(a), HUBZone, or Service Disabled Veteran contractor (one) that receives at least an Acceptable overall rating in Phase I will automatically receive a contract award in Phase II. If more than one 8(a), HUBZONE, or Service Disabled Veteran contractor receives at least an overall rating of Acceptable in Phase I, the 8(a), HUBZone, or Service Disabled Veteran contractor with the highest rating will receive the award in Phase II. The successful 8(a), HUBZone, or Service Disabled Veteran contractor will compete on the seed projects and all future task orders. Otherwise eligible 8(a), HUBZone and Service Disabled Veteran contractors are invited to participate on an unrestricted basis as appropriate. If the successful 8(a), HUBZone, or Service Disabled Veteran 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 (7) 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 Government’s 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. IT IS THE INTENT OF THE GOVERNMENT TO AWARD AT LEAST FOUR CONTRACTS, ONE OR MORE WITH THE SEED PROJECT(S) IDENTIFIED IN THIS SOLICITATION AND THE REMAINING WITH A MINIMUM GUARANTEE OF $25,000 FOR THE ENTIRE CONTRACT. THE HIGHEST RATED OF THOSE WILL BE AWARDED ONE OR MORE SEED PROJECTS AS TASK ORDER(S) UNDER THE CONTRACT. 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 7 March 2005. 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 plan holders list will be maintained and can be printed from the web. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR’S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offeror’s must also be registered in the Contractor’s 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 Adam Solivan at 843-820-5677. Technical inquiries must be submitted in writing 15 days before proposals are due to the address listed above, or sent by email to Adam.Solivan@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-APR-2005, 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/N62467-05-R-0095/listing.html)
 
Place of Performance
Address: Mississippi, Louisiana, and ROICC Fort Worth, TX Area of Responsibility
 
Record
SN00796994-F 20050429/050427213854 (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.