Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANITY DESIGN-BUILD NATIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR THE DEPARTMENT OF HOMELAND SECURITY

Notice Date
12/19/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-09-R-3EFK03
 
Response Due
2/17/2009 2:00:00 PM
 
Point of Contact
Cheryl P Allen,, Phone: 757-852-3415, Cathy M Broussard,, Phone: 757-852-3449
 
E-Mail Address
cheryl.p.allen@uscg.mil, cathy.c.broussard@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
Solicitation Synopsis: This is an Indefinite Delivery Indefinite Quantity Design-Build National Multiple Award Construction Contract (MACC). The purpose of this contract is to establish the terms and conditions upon which the Contactor will perform design-build, performance-based construction, and design-bid-build contracts for general construction, renovation, marine construction, demolition, and historical restoration and alterations for the Department of Homeland Security in any of the 50 United States, Puerto Rico, Guam, and the U. S. Virgin Islands. A wide variety of types of facilities are involved, similar to but not limited to, housing, dining halls, office and classroom buildings, multi-mission station buildings, offshore structures, electronics and research buildings, aviation and fuel facilities, utilities distribution systems, hospitals and medical complexes, recreation and morale facilities, hangars, roads, waterfront and harbor structures, vessel shore ties and industrial. Individual Task Orders will be awarded for specific requirements. No more than five (5) contracts will be awarded as a result of this solicitation. The duration of the contract(s) is for one (1) year from the date of contract award with six (6) one-year option periods. Projects will have an estimated construction cost between $3,000,000.00 and $100,000,000.00. The maximum estimated contract value for each contract is $300,000,000.00. The government guarantees a minimum award amount of $25,000.00 to each successful offeror over the full term of the contract, including option years. THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED, FULL AND OPEN COMPETITION. In accordance with FAR 19.702(a)(1), a Small Business Subcontracting Plan will be required if the apparent successful offeror is a Large Business. SEED PROJECT INFORMATION: Design and Construction of a Multi-Mission Facility at the U. S. Coast Guard Training Center (TRACEN), Cape May, NJ. The scope of the project consolidates the shore side activities of the Station, Aids to Navigation Team (ANT), and three 87’ Coastal Patrol Boats (WPB). At the present time they are located in separate buildings. This facility will include duty berthing for the Station watch standers and Sector Ports, Waterway, and Coastal Security (PWCS) TAD personnel. The construction of a Vessel Support Building is included in the scope of work to support trailerable boats and provide permanent naval engineering storage for all the affected units. The buildings to be demolished are as follows: Building 20,Vessel Office/Storage, 882 SF; Building 190, Vessel Office/Storage, 875 SF; Building 203, Station Cape May, 7473 SF; Building 220, ANT Cape May, 2159 SF; Building 273, Ship Storage Building, 1440 SF, and ANT EPO Shed, 541 SF. The new two story facility will provide a total of approximately 25,500 SF of usable space. The Vessel Support Building will provide approximately 6,800 SF of usable space. The estimated time for completion is 735 calendar days. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220. The size standard is $33,500,000.00. The estimated magnitude of this construction project is more than $10,000,000.00. The solicitation, when issued, will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by FAR 15.203 for a competitive negotiated procurement utilizing the authorized Two-Phase Design-Build selection procedures of FAR 36.3. Proposals will be evaluated in Phase I to determine which offerors will be selected to submit proposals for Phase II. A maximum of five (5) offerors will be selected to submit Phase II proposals; however, the Contracting Officer reserves the right to advance more or less than that number should the circumstances so dictate. The proposal due date for Phase II will be established by amendment after the completion of Phase I. Phase II proposals will be evaluated on technical factors and a price factor. Award will be made to the offeror whose proposal is determined to offer the best value to the Government. The areas of consideration for evaluation of proposals are detailed below: PHASE I – FACTORS (1)Corporate Experience A. Construction Team B. Design Team (2)Organization and Key Personnel (3)Design-Build Management Approach (4)Demonstration of Participation in the E-Verify Program (5)Past Performance A. Construction Team B. Design Team PHASE II – FACTORS (1)Technical Approach (2)Particular Project Execution Strategies (3)Preliminary Project Schedule (4)Preliminary Quality Control Plan (5)Past Performance on Utilization of Small Businesses A solicitation for Phase I Request for Proposal (RFP) will be available for viewing and downloading on or about January 15, 2009. The date for receipt of Phase I proposals for Solicitation HSCG47-09-R-3EFK03 is February 17, 2009 at 2:00pm EST in Norfolk, Virginia. THE SOLICITATION WILL BE AVAILABLE ONLY BY INTERNET AT http://www.fedbizopps.gov. Any prospective offerors and plan rooms MUST register on the website. The official planholders list will be created from the internet registration and will be available from the website only. Amendments will be posted on the website for downloading. This will be the normal method of distributing amendments, therefore, it is the offeror’s responsibility to check the website periodically for any amendments to this solicitation. The Government reserves the right to reject any or all offers 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 the offeror submitting the highest technically rated or the lowest total price proposal and to award to the offeror submitting the proposal determined to be the most advantageous Best Value to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE IN PHASE II WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Offerors should not assume that they would 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. Unsuccessful offerors participating in Phase II of the project will not be eligible to receive stipends or compensation for proposal preparation costs. Offers will not be publicly opened. The number of offers received, the identify of offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: Offerors are required to be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Registration in the CCR database can be accomplished at the website http://www.ccr.gov. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. *****HSCG47-09-R-3EFK03*****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d90227706113844a369e868b1e280c6&tab=core&_cview=1)
 
Record
SN01721929-W 20081221/081219214956-1d90227706113844a369e868b1e280c6 (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.