Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2008 FBO #2518
SOLICITATION NOTICE

Z -- MULTI-TRADE CONTRACT AT THE NAVAL SUPPORT ACTIVITY, CRANE, INDIANA

Notice Date
10/16/2008
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest Detachment Crane, NSA, N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008309D2208
 
Response Due
12/2/2008
 
Archive Date
12/31/2008
 
Point of Contact
Carrie Grimard 812-854-6641
 
Small Business Set-Aside
Total Small Business
 
Description
MULTI-TRADE CONTRACT AT THE NAVAL SUPPORT ACTIVIT, CRANE, INDIANATHIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITE: https://www.neco.navy.mil/ The official planholders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR'S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Carrie Grimard via facsimile at 812-854-3800 or e-mail at carrie.grimard@navy.mil Provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform various construction, maintenance, and alteration projects at assorted buildings and structures at the Naval Support Activity (NSA Crane), Crane, Indian, by means of a multiple award indefinite quantity contract. Work includes but is not limited to general construction, alteration, repair, demolition, and work performed by special trades. Approximately three (3) contracts may be awarded for this work. Each of the successful contractors will have an opportunity to submit a proposal and compete for task orders issued under the Multi-Trade Contract. If the work is of an urgent or emergency nature, award may be made to a selected contractor utilizing the procedures as described in the solicitation documents. Task Orders will be issued for the accomplishment of various types of general and special trades construction projects with minimal or no desig! n required. The estimated range of Task Orders awarded is between $2,000 and $250,000.00. Prices will be fixed upon issuance of individual Task Orders. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor(s). All Contracts awarded under the Multi-Trade Contract shall be for a 12-month base period, plus two 12-month option periods to be exercised at the Government's discretion. Each selected contractor will be given a one time guaranteed a minimum of $15,000.00. This guaranteed minimum will be deducted once the total value of orders issued to that contractor meets or exceeds $15,000.00. The total contract maximum is $10 million regardless of the number of contractors selected or the amount of work awarded to each contractor. The overall term of the Multi-Trade Contract shall not exceed 36 months,! or the total value of all awarded individual contracts shall not exceed $10 million, whichever comes first. Each contractor will be allowed to compete for a share of the potential $10 million in Task Orders. This procurement consists of two phases in accordance with FAR 15.202, Advisory Multi-Step Process. The most highly qualified contractors evaluated in Phase I (approximately seven (7)), will be provided the opportunity to compete in Phase II for award of this project. Phase I of the procurement is a narrowing phase to approximately seven (7) offerors based on evaluation factors that includes Past Performance, Management Approach, and any other factors as may be needed. Only those highly qualified offerors selected in Phase I whose proposals conform to the RFP and are determined to be the most advantageous to the Government resulting in the best value will be allowed to proceed with Phase II. In Phase II, the offerors will be required to submit technical and price proposals for the entire project including one or two seed projects. The Government will award a contract resulting from this solicitation whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. NAICS Code is 236210 - Industrial Building Construction with a size standard of $33.5 million. This solicitation will be issued as a 100 percent small business set-aside. Tentative release date for the Phase I RFP is scheduled for Friday, October 31, 2008 with Phase I proposals due Tuesday, December 2, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef834c04b9d0dee017c921e942e48245&tab=core&_cview=1)
 
Record
SN01692550-W 20081018/081016214700-0f6da1c2695837fefc074f01473b7362 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.