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 -- LARGE MULTIPLE AWARD CONSTRUCTION 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 Washington, N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008009R0491
 
Response Due
4/6/2009
 
Archive Date
4/21/2009
 
Point of Contact
DENISE WILSON (202) 685-0400 ALYSON HARBAGE(202) 685-3222
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command (NAVFAC) Washington intends to award a Large Multiple Award Construction Contract (LMACC) to perform various large dollar construction projects in the NAVFAC Washington area of responsibility to include the metropolitan Washington, DC, Maryland and Virginia locations. Work may be executed throughout any NAVFAC location within the Continental United States (CONUS). The estimated value of this acquisition for the base period including all options is $750,000,000.00. This acquisition will result in approximately five (5) firm fixed price Indefinite Quantity (IDQ) contracts. Each contract will be for one base year with four one-year option periods with a maximum duration of sixty (60) months or a combined maximum value of $750,000,000.00. The Request for Proposal (RFP) will be issued as an unrestricted competitive acquisition in accordance with FAR Subpart 6.1, Full and Open Competition. The NAICS code for this procurement is ! 236220, and the size standard is $33,500,000.00 This contract provides for the award of individual orders, defined as "Task Orders" for the accomplishment of various construction projects for the Naval Facilities Engineering Command activities. Task orders will be awarded by this contract based on competition considering factors such as past performance, relevant experience, and safety. The indefinite quantity contracts have no fixed unit prices. Projects may be based on the design/build delivery method, modified design/build or full plans and specifications, ranging in size from $10 million to $30 million per task order. The majority of work anticipated under this contract will be of a design/build nature and offeror's will be required to demonstrate successful relationships with architect/engineer firms. Place of Performance shall be designated on each Task Order. This acquisition will be procured in a competitive negotiated environment using formal source selection procedures set forth in FAR Part 15 and FAR Part 36 for the two phase design/build process. The solicitation will require submission of technical and price proposals by the Offerors. Phase I will evaluate the technical expertise of the design/build teams as well as past performance. The result of this evaluation will identify the shortlisted most highly qualified firms that will be invited to submit proposals under Phase II of the procurement process. Under Phase II, the invited firms will submit proposals addressing design solutions, schedule and pricing of the seed project. The seed project identified for this procurement is identified as the Officer's Candidate School Mess Hall and Headquarter Facility at the Marine Corps Base Quantico. The design build amount will be identified in Phase II of the solicitation. One of the selected MACC contractor's will be awarde! d this task order at award of the basic IDQ contract. The other selected MACC contracts will be executed with a minimum guarantee of $25,000.00. The solicitation will prescribe the detailed evaluation criteria and procedures for submission of proposals. Evaluations will be based on the following evaluation factors: PHASE I EVALUATION FACTORS, include: Factor 1 - Corporate Experience, Subfactor 1a - Construction Team, Subfactor 1b - Design Team, Factor 2 - Past Performance, Subfactor 2a - Construction Team, Subfactor 2b - Design Team, Factor 3 - Safety, Subfactor 3a - Experience Modification Rating, Subfactor 3b - OSHA Lost Work Day Rate, Subfactor 3c - OSHA Recordable Incident Rate, Subfactor 3d - OSHA Citations, Factor 4 - Management Plan. PHASE II EVALUATION FACTORS include: Factor 5 - Small Business Utilization, Subfactor 5a - Past Performance in Utilizing Small Bus Program, Subfactor 5b - Participation of small business in the performance of this contract, Factor 6 - Technical Approach to the Seed Project, Subfactor 6a - Design Solution, Subfactor 6b - Special Design Features/Enhancements, Factor 7 - Pri! ce. The relative importance of the evaluation factors is the non price Factors 1 through 6 are considered equal in importance to each other. Subfactors within a factor are considered equal in importance to each other. The overall rating of the non-priced Factors 1 through 6 is considered more important than Factor 7, Price. The solicitation will only be available in electronic format. The official access to the solicitation is at the Navy Electronic Commerce Online (NECO) via the Internet at https://www.neco.navy.mil/. Contractors are encouraged to register for the solicitation when downloading from the NECO website. Only registered contractors will be notified by email when amendments to the solicitation are issued. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Proposals shall be hand carried to The Naval Facilities Engineering Command Washington, 1314 Harwood Street SE, Building 212, First Floor, Mailroom, Washington Navy Yard, Washington, DC 20374. Submission must be date stamped and placed in box designated for receipt of proposals. The solicitation will be issued on/about 06 March 2009. Proposal shall be due by 2:00 PM, on 06 April 2009. Please direct any questions regarding this announcement to Ms. Denise Wilson, Contract Specialist, phone (202)685-0400, e-mail denise.wilson1@navy.mil or Ms. Alyson Harbage, Contracting Officer, phone (202)685-3222, e-mail alyson.harbage@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9aada31b4fdfefd667464db7cdd604b5&tab=core&_cview=1)
 
Record
SN01752502-W 20090220/090218220221-9aada31b4fdfefd667464db7cdd604b5 (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.