Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

Y -- SMALL BUSINESS MULTIPLE AWARD CONSTRUCTION CONTRACT AT THE NAVAL SUPPORT ACTIVITY CRANE IN

Notice Date
4/11/2013
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008313R2614
 
Response Due
5/28/2013
 
Archive Date
6/12/2013
 
Point of Contact
ANNETTE TAYLOR 812-854-2673 CARRIE GRIMARD 812-854-6641
 
Small Business Set-Aside
Total Small Business
 
Description
MULTIPLE AWARD CONSTRUCTION CONTRACT, NSA, CRANE, IN. THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITE: https://www.neco.navy.mil. The Request for Proposals (RFP) and Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR ™S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Annette Taylor via e-mail at annette.taylor@navy.mil. Provide all labor, equipment, tools, supplies, transportation, supervision, quality control, professional design services, and management necessary to perform various construction, maintenance, and alteration projects at assorted buildings and structures at the Naval Support Activity (NSA Crane), Crane, Indian, by means of a multiple award indefinite quantity contract. Work includes but is not limited to design, general construction, alteration, repair, demolition, and work performed by special trades. The Government may award approximately five (5) contracts resulting from this solicitation to those offers whose proposals conform to the solicitation will be the most advantageous to the Government, price and other factors considered. Each of the successful contractors will have an opportunity to submit a proposal and compete for task orders issued under the MACC Contract. Task Orders will be issued and competed for the accomplishment of various types of general construction projects between $500,000.00 and $5 million to accomplish various types of construction projects, including design-build and fully designed projects, as well as projects with minimal or no design required. Prices will be fixed upon issuance of individual Task Orders. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor(s). All Contracts awarded under the MACC Contract shall be for a 12-month base period, plus four 12-month option periods to be exercised at the Government ™s discretion. Each selected contractor will be guaranteed a minimum of $20,000.00 for the contract. The total contract maximum is $40 million regardless of the number of contractors selected or the amount of work awarded to each contractor. The overall term of the MACC Contract shall not exceed 60 months, or the total value of all awarded individual contracts shall not exceed $40 million, whichever comes first. Each contractor will be allowed to compete for a share of the potential $40 million in Task Orders. This procurement consists of two phases in accordance with FAR 36.3, Two-Phase Design Build. The most highly qualified contractors evaluated in Phase I (not more than eight (8)), will be provided the opportunity to compete in Phase II for award of this project. Phase I of the procurement is a narrowing phase to a maximum of eight (8) offerors based on evaluation factors that include Technical Approach, Experience, Past Performance, and Safety. Only those highly qualified offerors selected in Phase I whose proposals conform to the RFP and are determined to be the most advantageous to the Government resulting in the best value will be allowed to proceed with Phase II. In Phase II, the offerors will be required to submit technical and price proposals for the seed project. NAICS Code is 236210 “ Construction Industrial Buildings, with a size standard of $33.5 million. This solicitation will be issued as a 100% Small Business Set-Aside procurement. Release date for the Phase I RFP is scheduled for April 26, 2013 with Phase I proposals due May 28, 2013. SEED PROJECT. As part of the Phase II proposal, the contractors shall provide both a cost proposal and technical proposal including a concept design and performance narrative and other information as required in the solicitation documents for a design build project for repairing Building 126 after an explosion. The area of work is approximately 10,000 square feet. Building 126 is an explosives operation building for Crane Army Ammunition Activity. Work includes but is not limited to replacement of doors, replacement of a steel support structure for two accumulators, repair/replacement of some damaged concrete block walls, replacement of damaged contaminated roof structure and roof, infill of some windows, replacement of metal siding & insulation, interior & exterior painting, replacement of fire alarm devices, and replacement of damaged fire suppression system. Existing explosive operation/production equipment to remain will have to be either removed temporarily or protected during construction. Contractor shall have experience in the design and construction of explosive ordnance operation/production buildings in accordance OP-5 to include: experience working in explosive contaminated buildings, experience working compressed or accelerated schedules. UXOs may be required. The estimated cost range for the Seed Project is $1,000,000.00 - $5,000,000.00. This project will be the first task order issued on this contract and will count towards meeting the guaranteed minimum of one of the awarded contractors for the base period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008313R2614/listing.html)
 
Place of Performance
Address: NAVAL SUPPORT ACTIVITY
Zip Code: 300 HIGHWAY 361, CRANE, IN
 
Record
SN03034649-W 20130413/130411235451-3dd3020659dbce3a766592a55ed917e6 (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.