Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
MODIFICATION

Y -- NAVFAC MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NAVFAC MIDWEST

Notice Date
2/21/2006
 
Notice Type
Modification
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-06-R-4507
 
Response Due
3/13/2006
 
Archive Date
3/28/2006
 
Point of Contact
Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567, - Sari Brindel, Contract Officer, Phone 847-688-2600x417, Fax 847-688-6567,
 
E-Mail Address
judy.honold@navy.mil, sari.brindel@navy.mil
 
Description
February 21, 2006 - Issuance of the Phase I Request for Proposal for the NAVFAC MACC has been delayed until March 2, 2006. SYNOPSIS FOR THE NAVFAC MULTIPLE AWARD CONTRACT FOR INDIANA, TENNESSEE AND ILLINOIS. THE PHASE 1 REQUEST FOR PROPOSAL WILL BE AVAILABLE FOR DOWNLOADING ON OR ABOUT 17 FEBRUARY 2006. This solicitation will be issued using a two-phase indefinite quantity Multiple Award Construction Contract (MACC) for construction, design, alternation and repair of government facilities in the states of Indiana, Tennessee and Illinois. The solicitation will be issued unrestricted and will result in multiple (not more than four (4)) firm-fixed price contracts to obtain services including labor, material, transportation, equipment and supervision required to accomplish various types of construction projects, including design-build and fully designed projects, (including Military Construction (MILCON) projects, as well as projects with minimum or no design required. The successful proposers will be required to validate designs against the RFP requirements and accept design responsibility (i.e. sign and seal design drawings and specifications by registered professional engineers and architects). Contractors who are selected to receive a MACC award will be given the opportunity to compete for future individual task orders. The estimate range of task orders awarded under this contract is between $250,000 and $15,000,000. The basic contract period shall be for five years (60 months) with a maximum value not to exceed $200,000,000. The NAICS Code for this proposed procurement is 236220, Commercial and Institutional Building Construction and the annual size standard is NTE $28.5 Million. In Phase I a maximum of seven (7) firms will be pre-qualified to participate in Phase II procurement. The solicitation will be formatted as an RFP in accordance with the requirements designated by sections of FAR 15.203 and NFAS for a negotiated procurement utilizing the Two-Phase Design-Build section procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors? proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The evaluation factors for Phase I are as follows: Past Performance and Relevant Project Experience, Technical Qualifications, Management Approach, and Small Business Sub-Contracting Effort. Only those highly qualified offerors who?s Phase I proposals are determined to be the most advantageous to the Government will be allowed to proceed to Phase II. In Phase II, the offerors will be required to submit technical and price proposals for up to two seed projects. Phase II will include the following evaluation factors: Past Performance and Relevant Project Experience, Technical Qualifications (same as Phase I unless conditions change); Conceptual Facilities Design; Design Solution Narrative; Conceptual Site Plan; Conceptual Building Design; Schedule and Phasing; Sustainable Design Features and Small Business Sub-Contracting Effort. The Government intends on issuing the RFP Solicitation for Phase I and Phase II through the Internet at www.esol.navfac.navy.mil. All prospective offerors MUST register themselves on the website. The download time may be excessive, but all contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the Internet, if necessary. The official plan holders list will be created by registration and be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments, therefore it is the offerors? responsibility to check the website periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The CCR website can be accessed at www.ccr.gov. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about Phase I proposal, please contact Judith Honold, 847-688-2600 extension 171, or email judy.honold@navy.mil.
 
Place of Performance
Address: CRANE, IN; GREAT LAKES, IL AND MILLINGTON, TN
Zip Code: 60088-5600
Country: USA
 
Record
SN00991949-W 20060223/060221212349 (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.