Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

56 -- Design Build Indefinite Quantity Indefinite Delivery Multiple Award Construction Contract

Notice Date
1/30/2009
 
Notice Type
Presolicitation
 
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, Illinois, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-09-R-5003
 
Point of Contact
Malcolm L Griffin,, Phone: 901-874-7751
 
E-Mail Address
malcolm.griffin@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement will result in the award of up to four Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build contracts to successful 8(a) contractors. The work will primarily consist of Design-Build, Construction Contracts for general building type projects (new construction and renovation) roofing, demolition, repair of facilities and infrastructure including but not limited to: 1) barracks and personnel housing facilities, 2) administrative facilities, 3) warehouses and supply facilities, 4) medical and dental facilities; 5) abatement and handling of hazardous/regulated materials (including but not limited to asbestos, lead paint and PCBs); 6) the civil, sanitary, stormwater, mechanical and electrical systems for the Area of Responsibility(AOR) of PWD Midsouth Contracting Office, NSA Mid-South, Millington, TN. This Area Includes But Is Not Limited To: Naval Suppport Activity Mid-South, Millington, TN and Large Cavitation Channel, President’s Island, Memphis TN. The estimated value for all contracts is $10 million. Each contract will be for one base year and four option years. The anticipated range for each task order is between $650,000 and $5,000,000. This range is for information only and may vary. Proposers will be evaluated using the Two Phase Design-Build Request for Proposal procedures that result in awards based on Best Value to the Government, price and other factors considered. Phase I of the procurement process is a narrowing phase of up to 4 offerors (design-build teams) based on design-build factors that include: Past Performance, Technical Qualifications, and Management Approach. Phase I design-build factors relate to the five year IDIQ contract requirements for general building type projects including new construction, roofing, demolition, routine renovation and repair of facilities and infrastructure, not just the seed project to be identified in Phase II RFP. Only those offerors selected in Phase I will be allowed to proceed to Phase II. In Phase II, the selected Phase I offerors must submit technical and price proposals for the “seed” project. Offerors who fail to submit their Phase II technical and price proposals will not be considered for an award. The Phase II technical proposal will require preparation of a limited design solution for the seed project, Small Business Subcontracting Effort, and other factors that define the quality requirements of construction. Price proposals may include total price evaluation or evaluation of scope/design options, within the Government’s published budget for award. The best value offeror will receive a contract for the seed project and the best value offerors will receive minimum guarantees. Up to four IDIQ design-build contracts will be awarded for a maximum five year term. If there is more than one seed project, the offeror with the best value proposal, for each seed project, will be awarded the seed project under one of the IDIQ design-build contracts. An offeror may be awarded more than one of the seed projects. The NAICS Code for this procurement is 236220: Commercial and Institutional Building Construction. The Size Standard is $31M. After award of the initial contracts, the successful offerors will compete for task orders based on either Best Value to the Government or Lowest Price Technically Acceptable. Proposers will be required to submit a bid bond for the seed project and for each task order. The successful offerors will be expected to submit technical and price proposals on all future task orders. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in Pre-Proposal Conferences or Site Visits for the initial award or any task orders is the responsibility of the offeror and is not directly reimbursable by the Government. The task order statements of work may be written based on a Government/Contractor Team cooperative scoping of the work. Task orders may require multi-disciplined design services in all aspects of general building construction for new and renovation projects including comprehensive interior design, lead and asbestos abatement. Projects may require incorporation of sustainable design features. Multiple design teams may be proposed to satisfy a variety of building types projected to be awarded during the term of the contract. All professional disciplines shall be registered and/or certified in their discipline. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the best value continuum or low price, technically acceptable. If the government decides to issue the task order as a best value, award factors will vary depending on the unique requirements for each task order. Should one or more of the IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, then the Government reserves the right to negotiate a task order with only that offeror.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec8c5823a6074312ac6848e94134650c&tab=core&_cview=1)
 
Place of Performance
Address: Naval Support Activity Mid-South, 5722 Integrity Drive, Bldg-455, Millington, Tennessee, 38054, United States
Zip Code: 38054
 
Record
SN01741691-W 20090201/090130221207-ec8c5823a6074312ac6848e94134650c (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.