Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
SOLICITATION NOTICE

Z -- Design Build Blanket Order Agreement, Naval Station Great Lakes and DoD Facilities

Notice Date
1/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40083-07-R-0009
 
Archive Date
5/30/2007
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
N40083-07-R-0009; PRE SYNOPSIS PRE-SOLICITATION NOTICE: DESIGN/BUILD BLANKET ORDER AGREEMENT (BOA) FOR THE NAVAL TRAINING CENTER, GREAT LAKES, ILLINOIS AND OTHER DoD INSTALLATIONS WITHIN A 100-MILE RADIUS OF GREAT LAKES, ILLINOIS. This solicitation is set-aside for HUBZone and Service Disabled Veteran Owned Small Businesses nationwide. Eligible HUBZone firms will need to provide a HUBZone certification letter from the U.S. Small Business Administration. This procurement will result in a minimum of three (3) and a maximum of five (5) Design/Build Blanket Order Agreements for a base period of 12-months and four potential option years to firms who provide the most advantageous, responsive and responsible proposal resulting in the best value to the government, price and other factors considered. Contractors selected for award will be invited to compete on future task orders ranging from $100,000 to $3,500,000. The NAICS Code for this proposed procurement is 233, 234 235 and 236220 and the annual size standard is $31 million. Typical work for then requirements under this BOA are for general building type projects including administrative, training, dormitory, and community support type facilities. The preponderance of the work will be maintenance and repair work, and occasional new construction with some design capability required. Task orders placed on the contract may include 1) 100% construction with ready design; 2) performance specifications; or 3) may require the contractor to do necessary design work. Work will be performed at Great Lakes Naval Base and within a 100-mile radius from Great Lakes. Offerors will be technically evaluated based on the factors described in Section 00909. Phase I is the pre-qualification phase and will be evaluated to determine which offerors will advance to Phase II. Only those firms pre-qualified in Phase I will participate and advance to Phase II, which will include technical solutions and price. For Phase 1, offerors will be evaluated on the following factors: FACTOR A ? Past Performance and Relevant Project Experience including; Design Team, Construction Team, Maintenance Team; FACTOR B ? Technical Qualifications including; Design Team, Construction Team, and Maintenance Team; and FACTOR C ? Management Approach including; Management Approach, Design, Construction and Maintenance Quality Control, and Safety and Experience Modifier Rate (EMR). In Phase II, a seed project will be awarded to the offeror whose Technical and Price proposals provide the best value to the Government using a trade-off process, price and other factors considered. All technical evaluation factors, other than price, when combined, are approximately equal in significant to price. The Government may choose to make the BOA awards based on initial solicitation technical factors without holding discussions. The estimated cost of the seed project is $700, 000 to $800,000. Firms submitting a technical and price proposals will not be compensated for documents. Phase I Request for Proposal will be available for viewing and downloading on or about April 1, 2007. Phase II solicitation documents will be issued approximately 60 days after receipt of proposals for Phase I. In accordance with FAR Clause 52.236-1, Contractors will be required to self perform at least 15% of the work with their own organizations. All prospective offerors and plan rooms MUST register on the NAVFAC website, www.esol.navfac.navy.mil. NOTE: The ?Official Planholders List? will be created by this registration and will be available from the web site only. Amendments will also be posted on the web site for downloading. This will be the normal method for distribution of amendments; therefore, it is the offeror?s responsibility to check the web site periodically for any amendments to this solicitation. Proposals will not be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers will not be disclosed until the time of contract award. NOTE: Prospective contractors must be registered in the Central Contractor?s Registration (CCR) database prior to award of a DoD contract. Offerors are further advised that failure to register in the DoD CCR database may render their firm ineligible for award. Contractors not already registered in the CCR are highly encouraged. For more information, see the CCR website at www.ccr.gov or by calling 1-888-227-2423. For inquiries regarding this Phase I proposal, please contact Judith Honold, 847-688-2600 x171 or email judy.honold@navy.mil.
 
Place of Performance
Address: Naval Station Great Lakes, IL
Zip Code: 60088-5600
Country: UNITED STATES
 
Record
SN01220224-W 20070128/070126221228 (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.