Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

38 -- Pavement Work, Various Locations, Oahu, Hawaii

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, Acquisition 400 Marshall Road, Pearl Harbor, HI, 96860-3139, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62478-07-R-4000
 
Response Due
1/18/2007
 
Description
Pavement Work, Various Locations, Oahu, Hawaii. This solicitation is for a maximum of two unrestricted construction contracts. All firms are deemed eligible to submit offers. The North American Industry Classification System (NAICS) code for this procurement is 237310. Estimated price range is no more than $15,000,000. The contract performance period is 365 calendar days. This procurement consists of one solicitation with the intent of awarding no more than two Firm Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The work includes, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform asphaltic concrete pavement work; portland cement concrete work, including sidewalks and curbs; marking and striping of pavement; signage; landscaping services; chain link fences and gates; and other incidental related work. The areas of consideration will include, but are not limited to, Navy, Marine Corps, and miscellaneous Federal and other facilities. The solicitation utilizes source selection procedures that require offerors to submit a price and technical proposal for evaluation by the Government. Evaluation factors are divided into two categories, Price and Technical both being of equal importance. The Technical evaluation factors are comprised of Past Performance/Experience, Management Plan, Safety, and Utilization of Small Business--all of these subfactors are of equal importance. The Government minimum and maximum award limitation is $5,000 and $3 Million, respectively. The Government guarantees a minimum award of $5,000 to each successful offeror, which only applies to the first task order awarded under the basic contract. The total value of all contracts inclusive of options will not exceed $15,000,000. The contract term will be a base period of one year with four option periods. The total term of the contract, including all options, will not exceed 60 months. This solicitation or Request for Proposal (RFP) will be issued via the Internet at the NAVFAC E-Solicitation (E-SOL) website. The Contracting Office is located at NAVFAC Hawaii, PCO/ACO A-E & PCO Construction Division (OPHACQ2), Building A-13, 400 Marshall Road, Pearl Harbor, Hawaii 96860-3139. AMENDMENTS WILL BE POSTED on the E-Solicitation (E-Sol) website 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 website periodically for any amendments to this solicitation. In order to receive amendments and notices, it is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil. The official planholders list will be created and maintained from E-Sol registration and will be available from that website only. The RFP will only be available in an electronic PDF file. The Adobe Reader required to view PDF files can be downloaded free of charge from the Adobe website. Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions shall be submitted in writing to: Ms. Kathy Atoigue at kathy.atoigue@navy.mil. In the email, please clearly indicate your company name, and the section(s) and paragraph number(s) of the RFP or specification(s) as applicable. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Online Representations and Certifications Application (ORCA), an on-line system located on the Internet at http://www.bpn.gov. You are encouraged to register as soon as possible. A one-time pre-proposal conference restricted to registered planholder firms only is forthcoming. Details of the conference (date/time, etc.) will be provided later at the E-SOL website via the Notice feature on the site.
 
Place of Performance
Address: Various Locations, Oahu, Hawaii.,
Zip Code: 96860
Country: UNITED STATES
 
Record
SN01185853-W 20061124/061122220907 (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.