Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

Y -- MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), VARIOUS LOCATIONS, STATE OF HAWAII

Notice Date
7/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building 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-4001
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Description
This solicitation is being advertised on an UNRESTRICTED basis inviting full and open competition and is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contracts. The Government intends to award multiple awards and reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The Government intends to award a minimum of two IDIQ contracts of which one may potentially be awarded to a successful HUBZone or SDVOSB firm. The primary NAICS Code is 236220 and the corresponding size standard is $31.0M average annual receipts over the last 3 fiscal years. The anticipated scope of work may include, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on two phase design build, modified design build or full plans and specifications for DOD infrastructure within the State of Hawaii. ?Infrastructure? is defined as 1) residential building construction for single family and/or multi-family housing; 2) nonresidential building construction for industrial buildings and warehouses; 3) nonresidential buildings, other than industrial buildings and warehouses; and 4) supporting improvements such as utilities, landscaping, and roadways. The areas of consideration will include, but not be limited to, Navy, Marine Corps, and miscellaneous Federal and other facilities. Task orders will be issued for the work that may require design and construction services. In support of the design build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The scope of work will not include the more highly specialized work, such as, waterfront projects. The basis of awards is to the Offerors whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The technical evaluation factors are anticipated to be: FACTOR A: Past Performance; FACTOR B: Experience and Qualifications; FACTOR C: Management and Schedule Plans; and FACTOR D, Management and Schedule Plans. Price proposals will consist of lump sum pricing of the sample project. When combined, the technical evaluation factors will be considered significantly more important than price. The contract performance period will consist of a base period of 12 months and four option periods of 12 months each. The total estimated value for all contracts inclusive of options will not exceed $100,000,000. The minimum and maximum order limitation will be established at $3,000,000 and $10,000,000, respectively. A minimum guarantee of $10,000 will be awarded on each contract for the base period only. Pricing of a sample project is required for the price proposal. The Request for Proposal (RFP), CD-ROM only, will be available on or about July 26, 2007. The request for CD-ROM may be sent via electronic mail to norine.horikawa@navy.mil or mailed to: NAVFAC Hawaii, PCO/ACO A-E PCO Construction, OPHACQ2, 400 Marshall Road, Pearl Harbor, 96860-3139. Requests shall include company name, mailing address, telephone number, facsimile number, RFP No., and project title. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. The request shall also indicate if you want the CD-ROM to be mailed via US Mail, picked up at the contracting office or sent via express service. CD-ROMs may be picked up at Building A-13, Radford Drive, behind the NEX. Companies wanting the RFP to be sent via air express service must furnish their express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Please send additional air bills and envelopes to allow for express mailing of any amendments issued. Allow at least ten days for mailing from the date your request is received. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Planholder's list of the companies that were issued the CD-ROM will be available after the solicitation is issued and may be obtained at http://www.esol.navfac.navy.mil. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE WEB SITE 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 WEB SITE 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. Please ensure that your email address is correct as the Government will disregard any emails returned by the ESOL system as undeliverable.
 
Record
SN01338495-W 20070712/070710221444 (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.