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

C -- Design-Build Indefinite Delivery Indefinite Quantity Mini-Multiple Award Construction Contract for Alabama, Mississippi, and Louisiana for the NAVFAC Southeast Area of Responsibility

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 Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945009R0759
 
Response Due
3/30/2009
 
Archive Date
4/30/2009
 
Point of Contact
Andrew Miller 904-542-6806 Andrew L MillerContract SpecialistNAVFAC SE - IPT Gulf CoastP.O. Box 30, Bldg 903NAS Jacksonville, FL 32212Tel: (904) 542-6806
 
Small Business Set-Aside
Total Small Business
 
Description
DESIGN-BUILD INDEFINITE DELIVERY INDEFINITE QUANTITY MINI-MULTIPLE AWARD CONSTRUCTION CONTRACT FOR ALABAMA, MISSISSIPPI, AND LOUISIANA AREA OF RESPONSIBILITY MANAGED BY NAVFAC SOUTHEAST INTEGRATED PRODUCT TEAM - GULF COASTThis acquisition will result in an award of approximately five separate Design-Build Indefinite Delivery-Indefinite Quantity Multiple Award Construction Contracts for general construction projects for Department of Defense activities in the Gulf Coast states of Alabama, Mississippi, and Louisiana area of responsibility managed by the Naval Facilities Engineering Command, Southeast (NAVFAC SE). Work on Task Orders awarded under these MACC's will be concentrated at, but not limited to NAVFAC SE supported commands within an approximate radius of 250 miles measured from Gulfport, Mississippi. The contracts will be procured using negotiated procedures in accordance with FAR 6.401. Task Orders awarded under the IDIQ Mini-MACC's will be for the acquisition of construction projects that will primarily consist of general building type projects, (new construction, renovation, alteration, and repair of facilities and infrastructure, roofing, demolition, and routine renovation) including: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) security level facilities, and 9) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation, and Polychlorinated biphenyls) for Department of Defense activities in the Gulf Coast states of AL, MS, and LA managed by the NAVFAC SE. Projects may also require comprehensive interior design and incorporation of sustainable features such as Leadership in Energy and Environme! ntal Design (LEED) Silver rated building standards. Task Orders issued against these contracts will require either single discipline or multi-discipline design services or may include 100 percent construction performance specifications. Projects can be based on design-build, modified design-build, or full plans and specifications format; ranging in size from $100,000 to $6,000,000. The Government reserves the right to exceed the maximum stated project size if it is determined to be in the Government's best interest. The NAICS Code for this procurement is 236220 and the annual size standard is $33,500,000. Each IDIQ MACC will include a minimum guarantee of $20,000 over the sixty (60) month period consisting of a base and four option years. The total aggregate of all years is not-to-exceed (NTE) $100,000,000 for all contracts. This is a new procurement. It does not replace an existing contract. No information exists on prior contracts. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available on or about 27 FEB 09. The proposed contracts listed here are 100 percent small business set-aside. The Government will only accept offers from small business concerns that are registered in www.ccr.gov as a small business under NAICS Code 236220. The source selection process for this acquisition will determined by best value using the tradeoff analysis process as described in FAR 15.101-1 and utilizes the Two-Phase Design/Build selection procedures of FAR 36.3. A Seed Project will be announced during Phase 2 of the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6419dd203ba105bd512122f26689e35b&tab=core&_cview=1)
 
Record
SN01752059-W 20090220/090218215240-6419dd203ba105bd512122f26689e35b (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.