Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

Y -- Recovery - Global Multiple Award Construction (GMAC) Contract

Notice Date
2/18/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274209R1170
 
Response Due
4/21/2009
 
Archive Date
5/6/2009
 
Point of Contact
Joy Fujioka (808) 471-4391 Jill Nii at (808) 474-2038<br />
 
Small Business Set-Aside
N/A
 
Description
This solicitation is for a Global Multiple Award Construction (GMAC) Contract and is being advertised on an unrestricted basis inviting full and open competition. The NAICS Code for this procurement is 236220 and the annual size standard is $33,500,000. Approximately three (3) contracts may be awarded, unless it is determined that a number more than three (3) is in the best interest of the Government. A Seed Project will be awarded as the first task order. It is anticipated the Seed Project RFP Package will be issued by amendment. The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with the capability to issue Cost-Plus Award Fee (CPAF) and Fixed Price Award Fee (FPAF) Task Orders. The GMAC contract is intended to provide efficient procurement of fixed price construction projects valued above $15,000,000 and cost reimbursement projects. The work to be acquired under this solicitation is for new construction, repair, demolition, and renovation at various locations worldwide (including remote locations). General construction, including horizontal (utilities, waterfront) and vertical work (building), construction of medical facilities (hospitals, medical clinics, and/or dental clinics) and commercially available energy and water conservation projects may be performed under this contract. Any potential contract that may result will require the contractor or contractors to be capable of providing global construction response on simultaneous task orders. The contractors must be flexible and capable of providing a number of varying construction and related construction services on short notice. The primary purpose of this contract is to support work in response to the American Recovery and Reinvestment Act being provided by special legislation. The contract may also support non- recovery construction work for N! aval Facilities Engineering Command throughout the world. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $900,000,000. Task orders will range between $2,000 and $100,000,000 and will be competed among the contract awardees. Task orders may be above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $100,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minim! um guarantee. There are no additional minimum guarantees obligated for each option year. The anticipated contract start date is June 2009. The Government intends to evaluate proposals and award contract(s) without discussions. However, the Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The anticipated technical evaluation factors are as follows: Factor A - Past Performance, Factor B - Relevant Experience, Factor C - Management Plan, Factor D - Small Business Utilization, and Factor E - Task Order Execution. Source Selection procedures from FAR Part 15 will be used and award may be made to the offerors whose proposals are the most advantageous and offers the best value to the Government, price and other factors considered. Large business concerns are required to submit a subcontracting plan prior to award of the task order as applicable. A pre-proposal conference is scheduled for 18 March 2009 from 9:30 a.m. to 12:00 p.m. and will be held at the Ford Island Conference Center, Bldg. 89, Pearl Harbor, HI. ATTENDEES MUST PRE-REGISTER BY EMAIL TO GMAC@navy.mil. Please submit your company name, the personnel (to include their name, title, email address, phone number, and driver's license or state i.d. number) of those anticipated to attend and the following vehicle information (make, model, type, color, and license number) by Tuesday, March 10, 2009 to GMAC@navy.mil. If there are any foreign nationals needing access, please ensure that you provide their passport identification number and their date of birth. Failure to submit the required information will cause delays in obtaining access onto Ford Island on the day of the conference and will require that you obtain a one-day pass at the Naval Station Pass & Id Office. Please submit your information on the attached spreadsheet. This is a new procurement which does not replace an existing contract. No information exists on prior contracts. The solicitation will be issued on or about 15 days from the date of this notice. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil on or about 5 March 2009. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Reps and Certs (Section D - 00600) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1c95c8183d376cf5911eedb2c75f3a4&tab=core&_cview=1)
 
Record
SN01752022-W 20090220/090218215146-c1c95c8183d376cf5911eedb2c75f3a4 (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.