Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

Y -- 8(a) IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION AND RENOVATION OF GENERAL CONSTRUCTION AND INCIDENTAL WORK AT VARIOUS LOCATIONS WITHIN THE NAVAL AIR WEAPONS STATION (NAWS)

Notice Date
3/24/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, DESERT IPT CODE ROPDA 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247311R2402
 
Point of Contact
Steven Miliner 619-532-3675 Kenneth Redmond, 619-532-3870
 
E-Mail Address
steven.miliner@navy.mil
(steven.miliner@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SOLICITATION N62473-11-R-2402-8(a) IDIQ FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION AND RENOVATION OF GENERAL CONSTRUCTION AND INCIDENTAL WORK AT VARIOUS LOCATIONS WITHIN THE NAVAL AIR WEAPONS STATION (NAWS) CHINA LAKE, CALIFORNIA, AREA OF RESPONSIBILITY INCLUDING NAS LEMOORE, AND BRIDGEPORT. This procurement is an 8(a) set aside for an Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) and is available to 8(a) concerns located nationwide . This procurement uses Two-Phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award up to five (5) IDIQ construction contracts, pursuant to Federal Acquisition Regulations (FAR) Part 36.3 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, 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 contractors. Award of task orders will be on a firm fixed price basis. The work to be provided is design, construction, supervision, equipment, materials, labor, and all means necessary to provide complete and usable facilities at various locations within Naval Air Weapons Station (NAWS) China Lake area of responsibility, including Naval Air Station (NAS) Lemoore and Bridgeport, California. However, it is anticipated that the majority of the work will be performed in China Lake, California. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $33.5 million. The basic contract period will be for 12 months. Each contract contains two (2) 12-month options for a total maximum duration of 36 months. The estimated maximum dollar value including the base year and all options, for all contracts combined, is $35,000,000. Task orders will range between $100,000 and $4,000,000. 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 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 awardees under the contract s performance period. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate and award contract(s) without discussions. Offerors are advised that it is possible that an award may be made without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most favorable qualifications, price, and technical terms. Offerors are advised not to assume that they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or, if necessary, to conduct discussions, providing an opportunity for Offerors to revise their proposals. In addition, if the Government determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Government may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Selection for award will be based on evaluation of the following: Phase One of the solicitation is in accordance with FAR Part 36.3, and the evaluation factors are: Factor 1 Experience of the Offeror and Offeror s Team; Factor 2 Past Performance of the Offeror and Offeror s Team; Factor 3 Safety; and Factor 4 Management Plan. After evaluation of Phase One proposals, the Contracting Officer will select up to seven (7) of the most highly qualified Phase One Offerors and request that only those Offerors submit Phase Two proposals. Unsuccessful Phase One Offerors will receive notice of their non-selection at the same time. Offerors are advised that the Offerors selected to proceed to Phase Two are not guaranteed receipt of a contract award. Results will not be published in Federal Business Opportunities (FEDBIZOPPS). Phase One proposal submissions and evaluation for Factors 1, 2, 3, and 4 will be carried over to Phase Two for the selected most highly qualified Phase One Offerors. PROSPECTIVE OFFERORS (PO) ARE ADVISED SELECTION FOR ADVANCEMENT INTO PHASE TWO MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE SUBMISSIONS RECEIVED. Phase Two of the solicitation is in accordance with FAR Part 15.3, and the evaluation factors are: Factor 5 Engineering Solution (for Proposed Task Order (PTO) 0001); and Factor 6 - Price (for PTO 0001). Phase Two of the solicitation shall require submission of technical and price proposals from the up to seven (7) Offerors selected in Phase One and will be evaluated in accordance with the Phase Two Evaluation Factors including the carried over Phase One evaluation of those selected Offerors. Phase Two proposals will be accepted only from those Phase One Offerors who have been specifically invited by written notification from the Contracting Officer to submit a Phase Two proposal. Phase One evaluation will be included in the Phase Two evaluations and in the determination of Best Value. The best value tradeoff source selection process as described in FAR Part 15 will be used for Phase Two to ensure selection of contractors evidencing the best overall capability to perform the anticipated work in a manner most advantageous to the government in accordance with established evaluation criteria. The government anticipates award will be made to up to five (5) responsible Offeror(s) whose proposal, conforming to the solicitation, is determined to be the most highly qualified (advantageous) to the government, price and other factors considered. ONE SOLICITATION CONTAINING PHASE ONE AND PHASE TWO 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 FEDBIZOPPS website at http://fbo.gov/ on or about April 8, 2011. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. POs 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 formal in-person pre proposal conference will not be conducted. The pre-proposal presentation will be posted on the website at https://www.neco.navy.mil on or about April 8, 2011 as an attachment to the RFP. POs are urged to view the pre-proposal presentation. The pre-proposal presentation should be viewed prior to submitting any questions regarding the RFP. POs are advised that the pre-proposal presentation is provided solely for the purpose of explaining the concepts involved in the project and the specifications, terms, and conditions of this solicitation. Failure of a PO to submit any questions or review the electronic pre-proposal presentation will be construed to mean that the PO fully understands all requirements of the solicitation. All POs are advised that the solicitation will remain unchanged unless it is amended in writing. Amendments will be posted on the website https://neco.navy.mil. However, if an amendment is issued, normal procedures relating to the acknowledgment and receipt of any such amendment as described in Contract Clause Amendment to Solicitations of this section shall be applicable. No site visit will be held for Phase One of the RFP. Late proposals received in either Phase One or Phase Two will not be considered. Phase One submission due date is anticipated to be May 08, 2011 at 2:00 pm local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AB/N6247311R2402/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02408101-W 20110326/110324234129-4d51a5345591d820ad3d37e499b1d716 (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.