Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

Y -- IDIQ D/B MACC FOR AIRFIELD PAVING AND HEAVY DUTY PAVING FOR MILITARY OPERATIONS VEHICLES @ AT MARINE CORPS AIR STATION YUMA, ARIZONA

Notice Date
5/14/2009
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, CAMP PENDLETON ROICC/CODE ROPCN, N62473 NAVFAC SOUTHWEST, CAMP PENDLETON ROICC/CODE ROPCN MARINE CORPS BASE CAMP PENDLETON PO Box 555229/Building 22101 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
N6247309R1003
 
Response Due
6/29/2009
 
Archive Date
8/30/2009
 
Point of Contact
KATHRYN MAURAIS 760-725-8208 LINDA BIRNIE at 760-725-8195
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement is for a competitive 8(a) requirement for an Indefinite Delivery, Indefinite-Quantity (IDIQ) Design/Build (D/B) Multiple Award Construction Contract (MACC) for airfield paving and heavy duty paving for military operations vehicles at the Marine Corps Air Station Yuma, Arizona, and is being restricted to eligible 8(a) firms with a bona fide branch office within the jurisdiction of the SBA District office, Phoenix, Arizona. A bona fide branch office is a place of business, for purposes of 8(a) construction procurements located where an 8(a) participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. In addition, all 8(a) firms must be currently registered and in good standing as a certified 8(a) program participant at the time proposals are due and at the time of contract award. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be provided is for the design, construction, supervision, equipment, materials, labor, and all means necessary to provide complete projects at the Marine Corps Air Base Yuma, Arizona.! Task Orders will include work such as site grading, construction of concrete, construction of electrical, pulverization of existing asphalt, construction of aggregate base course, construction of new asphalt concrete, milling asphalt concrete, rubber removal, replacement of taxiway lights, replacement of signs, replacement of conductors, and other incidental items. The North American Industry Classification System (NAICS) code is 237310, and the annual size standard is $31 million. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options 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 $60,000,000. Task orders will range between $300,000 and $5,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work author! ized 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 $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Experience and Qualifications of the Offeror and the Offeror's Team; Factor 2 - Past Performance; Factor 3 - Management Plan, Phase Two: Factor 4 - Seed Project Schedule, Factor 5 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the Offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. THE SOLICITATIO! N 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 and the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov/ on or about May 28, 2009. No CDs or hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL 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 FEDBIZOPPS Internet website address listed above. A pre-proposal conference is scheduled for June 8, 2009 at 10:00 a.m. sharp. The conference will be held at the Marine Corps Air Station Yuma, AZ 85369/9129 at the ROICC Building #731. To register for the conference send an e-mail to the POC Kathryn Maurais at Kathryn.Maurais@navy.mil with the name of your firm and the number of people attending. A site visit will be held after issuance of Phase II RFP.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N6247309R1003/listing.html)
 
Place of Performance
Address: Marine Corps Air Station , Yuma, Arizona<br />
Zip Code: 85369<br />
 
Record
SN01817465-W 20090516/090514220524-9f47fa9b3bdc8fbbe1bff7bc3ec93523 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.