Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

Z -- Design-Build/Design-Bid-Build Paving Multiple Award Construction Contract (DB/DBB Paving MACC), Various Locations, State of Hawaii.

Notice Date
5/4/2011
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247811R4027
 
Response Due
5/20/2011
 
Archive Date
6/20/2011
 
Point of Contact
Christian Akau (808) 474-3160 Lynn Arakaki, (808) 471-9197
 
E-Mail Address
christian.akau@navy.mil
(christian.akau@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Design-Build/Design-Bid-Build Paving Multiple Award Construction Contract (DB/DBB Paving MACC), Various Locations, State of Hawaii. This solicitation is being advertised on an unrestricted basis; it is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award a minimum of one (1) firm fixed price Indefinite Delivery /Indefinite Quantity (IDIQ) type contract. The primary NAICS Code is 237310 and the corresponding size standard is $33.5M average annual receipts over the last 3 fiscal years. The work includes labor, supervision, tools, materials, and equipment necessary to perform asphaltic concrete pavement work, airfield asphalt concrete paving, and other incidental related work to include but not be limited to sidewalks and curbs, marking and striping of pavement, within the State of Hawaii. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force, and miscellaneous Federal and other facilities. Task orders will be issued for the work that may require design and construction services. In support of the Design-Build work, the Contractor may need to employ the services of an architect/engineering professional firm. The basis of award is to the Offerors whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (a) Past Performance, (b) Experience, (c) Small Business Utilization, (d) Safety, and Price. When combined, the technical evaluation factors will be considered significantly more important than price. The contract period of performance is anticipated to consist of a one-year base period and two one-year option periods for a total maximum duration of 36 months. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $60,000,000. The minimum and maximum task order limitation will be established at $2,000 to $10,000,000, respectively, and will be competed among the contract awardees. 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. The minimum guarantee may be met by the issuance of a task order during the base period or option period(s). Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. It is anticipated that the solicitation will be issued on or around 23 May 2011. 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 (FBO) website at https://www.fbo.gov on or about 23 May 2011. No hard copies will be provided. It is the contractor's responsibility to check the websites daily for any 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 websites listed above. Offerors must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications (Document 00600) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result of replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247811R4027/listing.html)
 
Record
SN02439320-W 20110506/110504234435-5849a2f91332342783ebb396ff1d2b97 (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.