Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
MODIFICATION

Y -- Design/Build Multiple-Award Construction Contract

Notice Date
5/20/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, Hampton Roads IPT, 6506 Hampton Blvd Building Z140, Room 320, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N40085-05-R-5001
 
Response Due
7/26/2005
 
Archive Date
8/10/2005
 
Point of Contact
Philippa Butts, Contract Specialist, Phone (757) 322-4585, Fax (757) 322-8264, - Faith Smith, Contract Specialist, Phone 757-322-8263, Fax 757-322-8264,
 
E-Mail Address
philippa.butts@navy.mil, SmithFH@efdlant.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
THE SOLICITATION NUMBER HAS BEEN CHANGED FROM: N40085-05-R-5001 TO N40085-05-R-5046. This is an indefinite quantity, indefinite delivery, design/build multiple-award construction (MAC) contract, which is set aside for 8(a) small businesses. This procurement is for one solicitation that may result in multiple awards. A maximum of six (6) contracts will be awarded as a result of this solicitation. Each contract is for a base year and four (4) one-year option periods. The maximum annual value of each contract is $8,000,000 per year per contractor. Future task orders will be competed among the awarded contracts. The government guarantees an award amount of $100,000 to each successful offeror over the full term of the contract to include option years. The contract will provide for design/build contract for construction, renovation, alternation, and repairs of Government facilities in the Hampton Roads area, Virginia. The contractor will provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in each specification. The source selection process has been selected in order to ensure selection of sources evidencing best overall capability to perform the work in a manner most advantageous to the Government. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price; and to award to the proposer submitting the proposal determined by the government to be the most advantageous to the government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they will be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. The request for proposals will be issued approximately on 09 June 2005. The receipt date for proposals is 26 July 2005 at 2:00 pm. However, the Government may contact proposers for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted, the proposers will be afforded the opportunity to revise their proposals. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by email when amendments to the solicitation are issued. Technical inquiries shall be faxed to 757-322-8264, Attention: Ms. Philippa Butts, Code AQ25 or email at philippa.butts@navy.mil. The Estimated Cost Range is between $100,000,000 and $250,000,000. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $28,500,000. In accordance with the provisions of the FAR 52.204-7 Central Contractor Registration and DFARS 252.204-7004 Alternate A, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The proposed procurement listed herein has been accepted by the Small Business Administration for competition in the 8(a) program. THIS PROCUREMENT IS BEING OFFERED FOR COMPETITION ONLY TO ELIGIBLE 8(a) CONCERNS SERVICED BY THE RICHMOND DISTRICT OFFICE. However, firms that are not serviced by the Richmond District Office, but who have a verifiable branch office, within the geographic area served by the Richmond District Office at the time of the announcement on the Federal Business Opportunities website and on the NAVFAC electronic solicitation website, are also eligible to submit offers. All other firms are deemed ineligible to submit offers.
 
Place of Performance
Address: Hampton Roads, Virginia
 
Record
SN00813086-W 20050522/050520213826 (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.