Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

Y -- MULTIPLE AWARD IDIQ GENERAL CONSTRUCTION

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
02-16-06
 
Archive Date
2/16/2007
 
Description
NASA?s Kennedy Space Center (KSC) plans to issue a request for proposals resulting in the award of multiple Indefinite-Delivery Indefinite-Quantity (IDIQ) general construction contracts to support construction, alteration, and repair of NASA buildings, structures, and other real property located at the Kennedy Space Center (KSC), Cape Canaveral Air Force Station (CCAFS), and other locations near KSC and CCAFS. These multiple general construction contracts will provide NASA/KSC the capability to compete selected quick turn-around construction projects amongst a group of highly qualified general construction contractors for a five year period. Selection of this group of general construction contractors will be based on best value trade-offs between relevant experience/past performance and price factors with relevant experience/past performance being significantly more important than price. Each IDIQ contract will have a minimum value of $10,000 which represents the minimum value of work the Government is required to order under each IDIQ contract. The maximum contract value of each IDIQ contract and the maximum value of all IDIQ contracts will be $400 million. The acquisition process will include the issuance of a DRAFT request for proposal (RFP) inviting comments from potential offerors on all aspects of the DRAFT RFP, including the requirements, schedules, proposal instructions, and evaluation approaches. The anticipated release date of the DRAFT RFP is not earlier than March 03, 2006. The RFP will include specifications and drawings for a task order envisioned to be awarded to one of the selected IDIQ contractors. The task order will be representative in nature of the tasks to be ordered under the proposed IDIQ general construction contracts. Offerors will be required to submit a price proposal for the task order as part of its proposal for the IDIQ contracts. Offerors will be provided a tour of the site where the model task order will be performed. Future task orders will be competed amongst all of the general construction IDIQ contractors unless one of the statutory exceptions in Federal Acquisition Regulation (FAR) 16.505(b) (2) applies. The task order placement process will provide primarily for a ?sealed bid? type process where low price wins; however, the task ordering procedures will allow the contracting officer to consider past performance on earlier orders under the contract (including quality and timeliness), past performance on other relevant and recent projects, potential impact on other orders placed with the contractor, and minimum order requirements when making task order award. The performance periods for task orders will vary depending on the scope, urgency of the project, and other applicable factors as determined during the design phase of the projects. The specific projects to be ordered will be detailed in construction drawings and specifications (unless a design-build project is contemplated in which case a statement of work will be provided) as attachments to task order solicitations. This acquisition will be conducted under full and open competition procedures allowing maximum participation from large and small businesses. This procurement is part of the Small Business Competitiveness Demonstration Program. The NAICS Code and small business size standard for this procurement is 236220 and $31 million, respectively. An ombudsman has been appointed -- See NASA Specific Note "B". The DRAFT and FINAL solicitations and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 It is the offeror's responsibility to monitor the Internet site for the release of the DRAFT and FINAL solicitations and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitations and amendments (if any). Any referenced notes may be viewed at the URLs linked below. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#119074)
 
Record
SN00990043-W 20060218/060216213419 (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.