Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

Y -- Hanger/Industrial Multiple Award Construction Contract (MACC)

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-06-R-6073
 
Archive Date
10/15/2006
 
Description
This is an indefinite quantity, indefinite delivery, Design/Build Multiple Award Contract (MAC) for Hanger and Industrial Facilities in the NAVFAC MID ATLANTIC Area of Responsibility (AOR) from and including North Carolina to and including Maine. This will be listed as solicitation N40085-06-R-6073. This procurement is for one solicitation that may result in multiple awards. A maximum of five (5) contracts will be awarded as a result of this solicitation. Each contract is for a base year and four (4) one-year option periods. There is no annual or contract limit. The limit is the maximum for the life of the contracts of $150,000,000. Task order values may range from $5,000,000 to $15,000,000; however, smaller and larger dollar valued projects may be considered. 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. The work contemplated will include design/build for construction, renovation, alternation, and repairs of Government industrial facilities such as hangers, and major industrial facilities and related systems and equipment, in the Hampton Roads Area, Virginia; North Carolina to, and including Maine. Fully designed projects may also be competed under these contracts. Typical industrial facilities may include, but are not limited to: Aircraft maintenance hangers, machine shops, aircraft/vehicle maintenance facilities, aircraft parking aprons, warehouses, and public workshops. The contractor will provide all labor, supervision, engineering, design, 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. Award will be made to the offeror offering the best value considering both technical and price, where technical is approximately equal to price. Requirements for the technical Source Selection criteria factors are as follows: Phase I: 1. Corporate Experience 2. Past Performance Phase II: 3. Small Business Subcontracting Effort 4. Technical Approach for the Seed Project The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest total price; and to award to the offeror submitting the proposal determined by the government to be the most advantageous to the government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. The request for proposals for Phase I will be issued on or about 08 September 2006 on the NAVFAC E-Solicitation (ESOL) website as noted below. This RFP will utilize the Two Phase proposal process. The receipt date for Phase One technical proposals (no Price Proposal is required nor will be accepted during Phase One) will be on or about 13 October 2006. A maximum of seven (7) participants will be requested to provide Phase II proposals. The participants and receipt date for Phase Two, technical and price proposals, will be determined by amendment. The Government may contact offerors 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, they 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 and all related files is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for this solicitation, N40085-06-R-6073, when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by email when amendments to the solicitation are issued. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, 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 www.ccr.gov. Technical inquiries shall be sent to Larry Scheible, Code AQ210, email at lawrence.scheible@navy.mil. Secondary POC is: Faith Smith, Code AQ228, email at faith.smith@navy.mil Inquiries may be faxed to 757-322-4611, Attention: Larry Scheible. The cost range for the seed project is $10,000,000 to $25,000,000. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31,000,000.
 
Place of Performance
Address: NAVFAC MID-ATLANTIC AREA OF RESPONSIBILITY FROM AND INCLUDING NORTH CAROLINA TO AND INCLUDING MAINE.
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01135454-W 20060908/060906230412 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.