Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
MODIFICATION

Y -- Indefinite Delivery Indefinite Quantity Design-Build/Construction Contracts for Area of Responsibility (AOR) of ROICC Key West, FL

Notice Date
8/11/2005
 
Notice Type
Modification
 
NAICS
236210 — Industrial 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-0129
 
Response Due
10/28/2005
 
Archive Date
11/11/2005
 
Point of Contact
Susie Conner, Contract Specialist, Phone 843-743-7575 x-5443, Fax 843-818-6865, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
susie.conner@navy.mil, shirley.shumer@navy.mil
 
Description
THE PURPOSE OF THIS MODIFIED SOLICITATION NOTICE IS TO MODIFY THE PHASE I ISSUING DATE TO ON OR ABOUT 30 SEPTEMBER 2005. ALL OTHER INFORMATION REMAINS UNCHANGED. THIS PRE-SOLICITATION IS BEING ADVERTISED UNRESTRICTED FOR ONE SOLICITATION RESULTING IN THE AWARD OF UP TO FIVE (5) SEPARATE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) DESIGN-BUILD/100% PLANS AND SPECIFICATIONS CONSTRUCTION CONTRACTS OF WHICH TWO MAY POTENTIALLY BE AWARDED TO A SUCCESSFUL 8(a), HUBZONE, OR SERVICE DISABLED VETERAN CONTRACTOR. The SIC Code for this Solicitation is 236210: Industrial Building Construction. The Size Standard is $28,500,000. Task Orders will primarily consist of new construction, roofing, demolition, routine renovation and repair of facilities and infrastructure including: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and PCBs), for the Area of Responsibility (AOR) of ROICC Key West, FL.Proposers will be evaluated using the Two-Phase Design-Build, Request for Proposal (RFP) procedures that will result in awards based on BEST VALUE to the Government, price and other factors considered. Each contract will be for one base year with four one-year options. The total 5 year (base year and 4 option years) estimated construction costs for all of the IDIQ contracts is NTE $30,000,000. Projects will vary in size from around $100,000.00 to $3,000,000.00. The minimum guarantee is $25,000.00 for each contract. If a minimum of two (2) 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. This procurement will include potential award for two (2) 8(a) eligible, HUBZone eligible or Service Disabled Veteran eligible contractors. 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), unless the contracting officer determines that a number greater than seven (7) is in the Government?s interest and is consistent with the purposes and objectives of two-phase design build contracting. The narrowing phase is 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, electrical improvements, civil construction, grading, drainage, sewage, potable water-storage, transmission, training, dormitory, family housing renovation, abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and PCBs), 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 (two) that receives at least an Acceptable overall rating in Phase I will automatically receive a contract award in Phase II. If more than two 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 contractors 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. 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 the seed project will be awarded the seed project under one of the IDIQ design-build contracts. IT IS THE INTENT OF THE GOVERNMENT TO AWARD AT LEAST FIVE CONTRACTS. THE OFFERORS PROVIDING THE HIGHEST RATED BEST VALUE. PROPOSALS WILL BE AWARDED A CONTRACT WITH A MINIMUM GUARANTEE OF $25,000; THE HIGHEST RATED OF THOSE FIVE WILL BE AWARDED THE SEED PROJECT THAT WILL BE THE FIRST TASK ORDER. The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 22 June 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 planholders 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 Shirley Shumer at 843-820-5923 or Susie Conner at 843-820-5906. Technical inquiries must be submitted in writing 15 days before proposals are due to the address listed above, or sent by email to Susie.conner@navy.mil.
 
Place of Performance
Address: Naval Air Station, Key West, FL
 
Record
SN00868550-W 20050813/050811212745 (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.