Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
MODIFICATION

Z -- Regional Job Order Contract (JOC)

Notice Date
11/16/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-06-R-1116
 
Response Due
11/21/2006
 
Archive Date
12/6/2006
 
Point of Contact
Joel Deare, Contract Specialist, Phone 360-396-0982, Fax 360-396-0954, - Joel Deare, Contract Specialist, Phone 360-396-0982, Fax 360-396-0954,
 
E-Mail Address
joel.v.deare@navy.mil, joel.v.deare@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
PRE-SOLICITATION NOTICE ? N44255-06-R-1116 - Regional Job Order Contract (JOC). This solicitation is an 8(a) competitive procurement. Solicitation N442550-06-R-1116 is an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC). This is a 100% 8(a) competitive procurement and is only open to 8(a) certified construction firms or joint ventures. The due date for proposals is Tuesday, 21 November 2006, 1300 (1:00 PM) Pacific Standard Time. Competition for this procurement is limited to eligible 8(a) firms located in the states of Washington, Oregon, Idaho and Alaska and 8(a) firms in good standing serviced by a bona fide branch office in the states of Washington, Oregon, Idaho, and Alaska. A bona fide branch office is a place of business for purposes of 8(a) construction procurement located where an 8(a) participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. This Regional JOC will provide for all labor, materials, equipment, and other incidental work required to perform simultaneous low complexity, minor construction, repair, and alteration at various installations and facilities at various location serviced by Naval Facilities Engineering Command Northwest (NAVFACNW) including various locations in Washington, Oregon, California, Alaska, Idaho, Montana, Nevada, and Utah. Historically, the majority of the work has been performed at naval Base Kitsap, Bremerton, Washington; Naval Base Kitsap, Bangor, Silverdale, Washington, Naval Air Station, Whidbey Island, Washington, and Naval Station Everett, Everett, Washington. The Government intends for the Regional JOC to be awarded to one firm. A minimum guarantee of $100,000 will be offered on award of this contract. The contract duration consists of one-year base period and four one-year option periods. The Not To Exceed amount for the life of the overall JOC vehicle is $75 million. Projects are to be accomplished without the use of traditional designs and specifications and will utilize the R.S. MEANS to select the pre-priced items required to perform the work. The solicitation will provide for the contractor to submit a schedule of coefficients that will be applied toward the price of the items. Task orders will be firm fixed price with a targeted award range of $100,000 to $500,000 with a task order minimum of $2,500 and a task order maximum of $1,000,000. Award will be made to the responsible offeror whose proposal conforms to the Request for Proposals, will be most advantageous to the Government, price and non-price factors considered, and represents the best value to the Government. Evaluation factors include Past Performance, Safety, Management, Capabilities, Experience, and Price. This procurement is limited to 8(a) firms or joint ventures certified for participation in the SBA 8(a) program. All other firms are deemed ineligible to receive award. The North American Industry Classification (NAICS) Code is 236220. There is no requirement that 8(a) firms have NAICS Code 236220 approved by the SBA for use in their business plans. The NAICS size standard is $28,500,000. This contract will provide primarily Type III and IV construction, alteration, and repair at Naval installations. Type III and IV designates less complex construction that could receive a building permit without licensed Professional Engineer or Registered Architect seal. The selected contractor will receive requirement packages and, through interface with Government personnel and the contracting community, develop biddable, enforceable Scopes of Work. This solicitation will be available in electronic format only. 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 Request for Proposal (RFP) Solicitation will be posted on or about 31 August 2006 to the NAVFAC E-Solicitation website. The official access to the solicitation is at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. In accordance with provisions of DFARS 252-204-7004, the 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. Offers and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2428 or via the Internet at http://www.ccr.gov. This IDIQ contract has no fixed unit prices. Each Task Order awarded shall include all labor, wages, management, supervision, mobilization, material and equipment costs. The contractor shall furnish all project management, planning, estimating, labor, transportation, materials, equipment, tools, supervision, design, and all other associated costs necessary to fulfill the requirements of the Task Orders.
 
Place of Performance
Address: Primarily Puget Sound area, Washington. Some work may be required in Alaska, Washington, Idaho, Oregon, California, Montana, Utah, and Nevada.
Zip Code: 98315
Country: UNITED STATES
 
Record
SN01182490-W 20061118/061116220958 (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.