Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

Y -- 8(a) IDIQ MACC FOR NEW CONSTRUCTION, RENOVAT, REVITALIZATION, ALT & REP AT VARIOUS LOCATIONS WITHIN THE NAVFAC SOUTHWEST AOR INCL BUT NOT LIMITED TO SOUTHERN CA, AZ, & NM

Notice Date
1/4/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247309R1643
 
Point of Contact
Chad Slade 619-532-3372
 
E-Mail Address
chad.a.slade@navy.mil
(chad.a.slade@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SOLICITATION N62473-09-R-1643, 8(a) IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, REVITALIZATION, ALTERATION & REPAIR AT VARIOUS LOCATIONS WITHIN THE NAVFAC SOUTHWEST AREA OF RESPONSIBILITY INCL BUT NOT LIMITED TO SOUTHERN CA, AZ, & NM This procurement is an 8(a) set aside for a multiple award construction contract (MACC) and is being restricted to 8(a) firms with a bona fide place of business within the respective jurisdictions of the SBA Los Angeles, San Diego, Santa Ana, CA, Phoenix, AZ, and Albuquerque, NM district offices. 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 provide the design, construction, supervision, equipment, materials, labor, and all means necessary to provide complete and usable facilities at various locations within Southern California, Arizona, and New Mexico. However, it is anticipated that the majority of the work will be performed in San Diego County, California. The North American Industry Classification System (NAICS) code is 236, and the annual size standard is $33.5 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 $500,000,000. Task orders will range between $500,000 and $3,500,000. 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 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 $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 of the Offeror; Factor 2 - Past Performance; Factor 3 - Management Plan; Phase Two: Factor 4 - Engineering Solution; 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 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 and the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov/ on or about January 19, 2010. No 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 January 20, 2010 at 9:00 a.m. sharp. The conference will be held at the Holiday Inn San Diego, 1355 n. Harbor Drive, San Diego, CA 92101. To register for the conference send an e-mail to the POC Chad Slade at chad.a.slade@navy.mil with the name of your firm and the number of people attending. No site visit will be held.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247309R1643/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02034434-W 20100106/100104235550-835293216dc48b3d6684a220c035faf7 (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.