Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
MODIFICATION

Y -- 8(a) Design-Build/Design-Bid-Build Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii

Notice Date
4/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247810R4024
 
Response Due
6/1/2010
 
Archive Date
6/16/2010
 
Point of Contact
James Murakami 808-474-7852 Katrida Collier808-471-4209katrida.collier@navy.mil
 
E-Mail Address
james.murakami@navy.mil
(james.murakami@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
8(a) Design-Build/Design-Bid-Build Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii. The work includes, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on Design-Build or Design-Bid-Build (full plans and specifications) for infrastructure within the State of Hawaii. "Infrastructure" is defined as 1) residential building construction; 2) construction for industrial buildings and warehouses; 3) nonresidential buildings, other than industrial buildings and warehouses; and 4) improvements such as utilities, airfields, and roadways. The areas of consideration will include, but not limited to, Navy, Marine Corps, Air Force, and miscellaneous Federal and other facilities. Task Orders will be issued for the work that will require design and construction services. In support of design-build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The scope of work will not include the more highly specialized waterfront projects. The North American Industry Classification System (NAICS) Code for this procurement is 236220 and the annual size standard is $33.5 million. The proposed contract is limited to qualifying 8(a) firms in the Hawaii District Office (HDO) of the U.S. Small Business Administration (SBA). The Government will not consider offers from other 8(a) firms or from 8(a) firms outside of the HDO. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA Hawaii District Office (HDO) and other 8(a) construction firms with a bona fide place of business within the geographical competitive area and with the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. This procurement consists of one solicitation with the intent of awarding a minimum of two (2) Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The solicitation utilizes source selection procedures, which require Offerors to submit a technical and price proposal for evaluation by the Government. The Government will require pricing for the Seed Project for the price proposal. The Seed Project may or may not be awarded as a task order. The technical factors, when combined, are considered significantly more important than price. The anticipated technical factors are: FACTOR 1: Past Performance of the Construction Contractor and Lead Design Firm; FACTOR 2: Experience and Qualifications of the Construction Contractor's Key Personnel and Lead Design Firm; FACTOR 3: Management Plan for the Contract; FACTOR 4: Work Plan and Schedule for the Seed Project. The minimum guarantee for the base period only will be $10,000. The minimum guarantee may be met by the issuance of a task order during the base period or option period(s). The resultant contract will contain provisions for a base period of 12-months and four (4) 12-month option periods. The total value for all contracts inclusive of options will not exceed $500,000,000. The total term of the contract, including all options, will not exceed 60 months. Solicitation issue and receipt dates are approximate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247810R4024/listing.html)
 
Record
SN02128427-W 20100423/100421235100-eabaed38be780eead39cd12650ee5e3f (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.