Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

Y -- Design/Build Multiple Award Construction Contract (MACC), Guam

Notice Date
12/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Construction Contracts Branch (AQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-06-R-1312
 
Response Due
3/1/2006
 
Description
The resulting contracts from this solicitation are subject to congressional authorization and appropriation. Estimated range is over $500,000,000 per contract. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS IS $31 MILLION AVERAGE ANNUAL RECEIPTS OVER THE LAST THREE FISCAL YEARS. This procurement is UNRESTRICTED. This procurement consists of one solicitation with the intent to award no more than four (4) firm fixed price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts from this solicitation. The work includes, but is not limited to, the design and construction or construction of runways, roads, hangars, maintenance facilities, housing, bachelor quarters, dining facilities, schools, fire stations, medical facilities, sports facilities, bunkers, POL, utility facilities/systems, garages, libraries, service stations, post offices, administrative facilities, warehouses, religious facilities, commissaries, exchanges, financial facilities, and fast food facilities. The Task Orders may be issued as either Design/Build or 100% Plans and Specifications. A site visit will be scheduled approximately 3-4 weeks after issuance of the RFP. Offerors are advised to periodically check the NAVFAC E-Solicitation website at http://www.esol.navfac.navy.mil for further information on the site visit. A pre-proposal conference will be held on the same day as the site visit. The Government intends to award no more than four (4) contracts. Each contract will be for a base year with four option years. The estimated aggregate value for all contracts is $1.5 billion. Projects for the Multiple Award Construction Contract (MACC) will have an estimated construction cost between $700,000 and $125,000,000. Future task orders will be competed among the awarded contracts. The Government guarantees an award amount of $25,000 to each successful Offeror over the full term of the contract to include option years. Pricing of a seed project is required for the price proposal. In accordance with FAR 16.505(b), the successful Offerors will compete for all task order awards. Attendance at the site visits for task order award are mandatory and the associated costs will not be reimbursed by the Government. Due to the nature and the need for expeditious response of the majority of the construction services required, the selected Contractors will be required to maintain a staffed office on Guam. The Government will not directly reimburse the Contractors for costs associated with staffing and maintaining this office. This is a best value, source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. The Technical evaluation factors are considered significantly more important than Price. Proposals will be evaluated on the following technical factors: FACTOR A: Past Performance of the Construction and Design Teams, FACTOR B: Qualifications and Experience of the Construction and Design Teams, FACTOR C: Utilization of Small Business Concerns, FACTOR D: Management Plan for the Contract and FACTOR E: Work Plans and Schedule for the Sample/Seed Project. Price proposals will consist of lump sum pricing of the seed project. The Request for Proposal (RFP), CD-ROM only, will be available on or after January 9, 2006 for a non-refundable charge of $67.92. Your request for purchase of the CD-ROM, if mailed, should be sent to: Document Automation and Production Service, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to SUPERINTENDENT OF DOCUMENTS. If using a company VISA, Mastercard, or Discover card you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their completed express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. If you are outside the 50 states, you are required to also submit a commercial invoice. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Further, DAPS will mail, via US Post Office, any requests for express mail that is provided incorrectly. A planholder's list will be available after the solicitation is issued and may obtained at https://www.pacific.daps.dla.mil/da8/jsp/PlanHoldersListNavy.htm. Please note that the website may be down. Email the contract specialist wanda.okemura@navy.mil to request a copy of the DAPS planholders list. Please note that the DAPS planholder?s list may not be all inclusive. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil. 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. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil
 
Place of Performance
Address: Guam
 
Record
SN00956325-W 20051223/051221212644 (fbodaily.com)
 
Source
FedBizOpps 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.