Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
MODIFICATION

Y -- Design/Build Multiple Award Contract

Notice Date
7/29/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R7054
 
Response Due
10/7/2009
 
Archive Date
10/22/2009
 
Point of Contact
Judy Biboum 757-444-0684 Deborah Abell, 757-444-0585
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic is seeking eligible business firms capable of performing for a Design/Build Multiple Award Contract (MACC). The design/build, multiple award, indefinite delivery, indefinite quantity contract will be for general design/build projects in the NAVFAC MIDLANT Northeast Area of Responsibility to include: Maine, New Hampshire, New York, New Jersey, Pennsylvania, Rhode Island, Connecticut, Massachusetts, Vermont, and Delaware. Under such MACC, the Contractor(s) shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the specifications for each task order. The duration of the contract(s) if for one (1) year from the date of contract award with four (4) one-year option periods. No more than seven (7) MACC contracts will be awarded as a result of this solicitation. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $100,000,000.00 for the life of the contract. The contract(s) have no annual or contractor limit. The limit is the maximum for the life of the contract of $100,000,000.00. Projects for the D/B MACC will have an estimated construction cost of $3,500,000.00 to $30,000,000.00; however, smaller and larger dollar value projects may be considered at the discretion of the NAVFAC MID-LANT Chief of the Contracts Office. The government guarantees an award amount of $25,000.00 to each successful offeror over the full term of the contract to include option years. This solicitation will utilize the Best Value Source Selection (BVSS), Two-Phase Design/Build Source Selection Procedures per FAR Parts 15 and 36. Phase I proposals will be evaluated based on their technical merits for the identified criteria for technical factors. A maximum of seven offerors will be selected to submit Phase II proposals. The contracting officer, at his/her option, reserves the right to select less than seven (7) offerors for Phase II should the situation require less. The proposal due date for Phase II will be established by amendment after the completion of Phase I. Phase II proposals will be evaluated based on all technical factors and price factor. The Request for Proposals (RFP) for Phase I will be issued in September 2009. The RFP for Phase II will be issued via amendment upon completion of Phase I. The seed project and first task order will be for Design/Build services for P-481, Indoor Small Arms Range, NAVSUBASE New London, Groton, Connecticut. Description of proposed construction: Provide a fire resistant reinforced concrete bearing wall facility with concrete foundations, bullet-proof walls and ceilings, acoustical baffling, elastomeric or metal seam roofing over insulated steel deck, fire detection and suppression systems, communications, plumbing, electrical service and other elements required for a complete and usable facility. Design and construct a completely enclosed, 20 firing lane small arms range with proper mechanical ventilation/filtration for removal of airborne contaminants and reduction of personnel exposure. An Indoor Simulated Marksmanship Trainer (ISMAT) is included at the facility. The ISMAT trainer simulates the recoil and noise associated with live firing to familiarize students. Demolition of facilities 388 & 389 (tennis courts) are included in this project. The existing outdoor range (PR1) will be demolished with the exception of the concrete pad which will be left in place. The contract to budget amount is $9,570,000.00. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract in March 2010. The appropriate NAICS code for this procurement is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. (2) Company Profile to include number of employees, office location(s), available bonding capacity per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. If status is a HUBZone, a statement that your firm presently qualifies in all respects as a HUBZone. RESPONSES ARE DUE NLT 7 AUGUST 2009, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT; (Attn: Judy Biboum); Building Z-144, 2nd Floor, Room 214, Virginia Avenue; Norfolk, Virginia 23511-3689. Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Judy Biboum either by email at Judy.Biboum@navy.mil or phone 757-444-0684.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R7054/listing.html)
 
Place of Performance
Address: Naval Submarine Base New London, Groton, CT<br />
Zip Code: 06349<br />
 
Record
SN01891582-W 20090731/090730000930-37a38f10d81e7a9edd999c8c4d06461a (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.