Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

99 -- PROPOSED IDIQ PAVING AND RESUFACING CONSTRUCTION CONTRACT FOR GUANTANAMO BAY, CUBA

Notice Date
5/16/2008
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 135, P. O. Box 30 Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945008R1272
 
Response Due
7/7/2008
 
Point of Contact
Rob Marshall robert.t.marshall@navy.mi Rob Marshall at robert.t.marshall@navy.mil
 
Small Business Set-Aside
N/A
 
Description
N69450-08-R-1272 THIS IS A PRE-SOLICITATION NOTICE AND IS NOT A REQUEST FOR PROPOSALS! THIS PROPOSED PROCUREMENT WILL BE ADVERTISED AS UNRESTRICTED AND OPEN TO PARTICIPATION BY ALL INTERESTED FIRMS WITH THE SPECIALIZED EXPERIENCE AND QUALIFICATIONS REQUIRED BY THIS CONTRACT. NOTE: OFFERORS MUST HAVE AN AGGREGATE BONDING CAPACITY OF AT LEAST $10,000,000.00. The proposed solicitation will result in an award of a single IDIQ Paving and Resurfacing Construction Contract for a base year and four option years to a maximum of sixty months or a maximum value of $50,000,000.00 over the life of the contract, whichever comes first. The proposed Request for Proposal will be solicited on an unrestricted basis inviting full and open competition. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement. The source selection process to be used is a Best Value continuum using the Trade-Off Approach. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; to award to other than the offeror submitting the highest technically rated proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Therefore, proposals should be submitted initially on the most favorable price and technical terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. This solicitation includes a Seed project that requires a technical solution and schedule. The Seed project is a paving project for the Guantanamo Bay Housing area with an estimated cost of $2,500,000 - $3,000,000. In addition to the basic proposal, offerors will also be required to submit a technical solution and schedule for the seed project. Offerors who fail to submit the required technical solution and schedule for the seed project will not be considered for an award. The government reserves the right to award the basic IDIQ contract but NOT award the Seed project if changes to the customer's mission requirements changes the Scope Of Work beyond budget limitations; or if the lowest best value bid is significantly higher than the Government Estimate and Budget for the project. If the Government does not award the Seed project in this solicitation, the Government reserves the right to re-solicit or direct-award the Seed project at a later date as a separate Task Order under the awarded IDIQ Paving Contract. If necessary, a competitive range determination will be made, which will be based on technical and price and will include all of the most highly rated proposals. If discussions are required, they will be conducted with each offeror in the competitive range. At the conclusion of discussions, each offeror still in the competitive range will be given an opportunity to submit a final proposal revision. Award will be made to the offeror whose total evaluated price and technical proposal provides the best value to the government. Routine projects (Task Orders) for this contract will be for general paving type projects to provide secure paving services and various maintenance, construction, and alterations for site-work at unit prices proposed in the Schedule of Indefinite Quantity Work. Projects (Task Orders) issued can be based on modified design-build, or full plans and specifications including sketches, partial plans and specifications, or Statement of Work format, ranging in size from $25,000.00 to $10,000,000.00. Projects issued under this contract may require minimal design services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the Request for Proposal for each task order. The anticipated workload is $35,000,000.00 over the life of the contract and the maximum combined value of the contract will not exceed $50,000,000.00. Offerors will not be required to maintain a fully staffed paving construction team dedicated for the work under this contract. A qualified staff is only required during the performance of an active task order contract. All offerors will be required to submit a management plan showing a self-sufficient stand alone construction team at the U.S. Naval Base, Guantanamo Bay, Cuba to handle task orders. Due to the sensitive locale of the U.S. Naval Base, Guantanamo Bay, Cuba, foreign nationals from dissident political areas may be excluded and denied entry approval. In general, foreign nationals may be used. No employee or representative of the Contractor will be admitted to the U.S. Naval Base, Guantanamo Bay, Cuba without prior entry approval. The background of Contractor personnel will be screened prior to entry to the U.S. Naval Base, Guantanamo Bay, Cuba. Transportation to Guantanamo Bay, Cuba and lodging accommodations are extremely limited. In addition to the Air Mobility Command (AMC) flights from Baltimore/Washington International, Norfolk, VA and Jacksonville, FL, transportation on private airlines can be arranged by contacting the carriers in Guantanamo Bay. Access to Guantanamo Bay, Cuba is tightly controlled and a minimum of 45 days advance notice is required to receive area clearance. There is no exception to the 45 days advance notice. No area clearance requests will be accepted after the 45 day limit. The NAICS for this procurement is 237310 Asphalt paving (i.e., highway, road, street, public sidewalks, runways and taxiways). This will be an electronic solicitation, which can be downloaded from the NECO website at https://www.neco.navy.mil/, under Business Opportunities. Please be sure to register on the Planholders List for the solicitation to receive notification of future amendments. The Solicitation should be available on or about 06 June 2008. Proposals will be due on or about 07 July 2008. There is no Pre-Proposal Conference/Site Visit scheduled for this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e1b37e1868eaaaca5049615d3d8e2ae&tab=core&_cview=1)
 
Record
SN01575218-W 20080518/080516220734-1e1b37e1868eaaaca5049615d3d8e2ae (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.