Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

C -- The design/build, multiple award, indefinite delivery, indefinite quantity contract will be for general design/build and/or design/bid/build projects in the NAVFAC MIDLANT Northeast Area of Responsib

Notice Date
4/26/2010
 
Notice Type
Presolicitation
 
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
N4008510R9429
 
Point of Contact
Carmella L. Speer 757-341-1980 Alternate POC: Sharon WallsPhone: 757-341-1977Email: Sharon.walls@navy.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Indefinite Quantity/ Indefinite Delivery, Design/Build Multiple Award Contract (MACC) for General Construction. Place of performance: NAVFAC MIDLANT Northeast Area of Responsibility to include: Rhode Island and Connecticut. Issued by: NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC, ACQUISITIONS DEPARTMENT, 9742 MARYLAND AVENUE, NORFOLK, VIRGINIA 23511-3095. This is an indefinite quantity, indefinite delivery, Design/Build Multiple Award Contract (MACC) for general construction. This procurement is 100% 8(a) Set Aside. Project Description:The contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The seed project is for the contract is to replace existing rooftop heating, ventilating and air conditioning unit referred to as HVAC-1 at Naval Station Newport, RI. Existing in McQuay Model # RDS708BY, S/N 3VB00579. Replace existing rooftop condensing unit referred to as CU-1. Existing unit is McQuay Model # 5EN0804C, S/N 948612-033. Replace all zone dampers in the area served by HVAC-1. Replace all HVAC control system and sensors for spaces served by HVAC-1. Replace direct digital control system for HVAC-1 and tie into building energy management system. Perform testing and air balance and commission new HVAC controls. Replace 64'x64' roof. The contract to budget amount is $290,000.00. This contract will also provide a design/build, multiple award, indefinite delivery, indefinite quantity contract for general design/build projects in the NAVFAC MIDLANT Northeast Area of Responsibility to include: Rhode Island and Connecticut. 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. A sufficient number of MACC contracts will be awarded as a result of this solicitation. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $50,000,000.00 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 $50,000,000.00. Projects for the General Northeast (Rhode Island / Connecticut) Design-Build / Design/Bid/Build MACC will have an estimated construction cost between up to $5,000,000; however, 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 $5,000.00 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 1, 2, 3, and 4. A sufficient number of offerors will be selected to submit Phase II proposals. The proposal due date for Phase II will be established by amendment after the completion of Phase I. The technical evaluation ratings from Phase I will carry over to Phase II for an overall rating of technical factors 1 through 5. Phase II proposals will be evaluated based on all technical factors (Factors 1-5) and price factor. The Request for Proposals (RFP) for Phase I will be issued during April 2010. The areas of consideration for evaluation of proposals are detailed below. All technical factors are of equal importance. Technical sub factors within technical factors are of equal importance. Technical is approximately equal to price. The Basis of Award for this procurement shall be based on price and technical merits, which together, constitute a best value to the Government; however, not necessarily the lowest price. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. That offeror will be awarded the seed project. PHASE I - TECHNICAL FACTORS1. Corporate Experience2. Past Performance3. Safety 4. Technical / Project Management Approach PHASE II - TECHNICAL FACTORS5. Technical Approach PHASE II - PRICE FACTOR The solicitation will be listed as N40085-10-R-9429 in the Navy Electronic Commerce Online, NECO, at: https://www.neco.navy.mil A Vendor User Guide is available for download in the site, as well as a NECO Help Desk contact phone number for any issues/questions. Ensure you register in the site so you will receive emails applicable to your solicitation in the event of any modifications, amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Carmella SpeerPhone: 757-341-1980Email: Carmella.speer@navy.mil Alternate POC: Sharon WallsPhone: 757-341-1977Email: Sharon.walls@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R9429/listing.html)
 
Record
SN02131702-W 20100428/100426234404-13a0d6ba0095d291bee848b4ce4e4f77 (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.