Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
MODIFICATION

Z -- HUBZone MACC Regional Contract - Amendment 2

Notice Date
1/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, Washington, 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-15-R-0024
 
Archive Date
9/25/2015
 
Point of Contact
Pamela L. Evans, Phone: 3603151846
 
E-Mail Address
pamela.l.evans1@navy.mil
(pamela.l.evans1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment A-1 PPI Response 1 through 10 N44255-15-R-0024 Solicitation Amendment 1 Solicitation No: N44255-15-R-0024 Title: HUBZone MACC Regional Contract Type: RFP - Pre-Solicitation Notice Location: NAVFAC NW Area of Responsibility Issue Date: On or about 9 October 2015 Due Date for Phase 1: On or about 9 November 2015 Due Date for Phase 2: On or about 22 February 2016 Estimated Award Date: On or about 30 June 2016 Anticipated Site Visit: On or about Funding Limitation: Phase 1: Project Price range is $1,500,000 to $15,000,000 Preference Program: HUBZone Business Set Aside Contract Specialist: Pamela Evans, (360) 315-1846, pamela.l.evans1@navy.mil Posted on Web: Yes Synopsis or Description SOLICITATION N44255-15-R-0024 THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS HUBZone SET ASIDE, TWO PHASE, SOLICITATION.. N44255-15-R-0024--THIS PRE-SOLICITATION NOTICE IS A 100% HUBZONE SET-ASIDE. THIS COMPETITVE PROCUREMENT. THE NORTH AMERICAN INDUSTRY CLASSIFICATION STANDARD (NAICS) is 236220 and the annual size standard is $36.5 million. This procurement is to provide for a Design/Build, Design/Bid/Build Multiple Award Construction Contract (MACC) for new construction, renovation, alteration, demolition and repair work for facilities located within the NAVFAC Northwest Area of Responsibility (AOR) including Washington, Oregon, Idaho, Montana, Alaska, and Wyoming. It is anticipated that most of the work will occur in Washington State. The procurement consists of one solicitation with the intent to award up to six Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and non-price factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS' INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS' BEST TERMS. CONTRACT DESCRIPTION This is a Multiple Award 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/her properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. Types of projects include, but are not limited to commercial and institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities, and manufacturing facilities. AWARD INFORMATION: PHASE 1 of the solicitation process will consist of Prequalification of Sources. In accordance with DFARS 236.272, proposers will be evaluated on: Factor 1: Technical Approach; Factor 2: Experience; and Factor 3: Past Performance. Following the review, evaluation, and rating of these proposals, the Government intends to select the highest rated Offerors to receive the technical requirements package to participate in Phase 2 of this solicitation process. Proposers should be advised THE DETERMINATION OF PREQUALIFIED FIRMS MAY BE MADE WITHOUT COMMUNICATIONS OR CLARIFICATIONS OR ANY CONTACT CONCERNING THE PREQUALIFICATION SUBMISSION RECEIVED. ONLY FIRMS WHO PARTICIPATE IN THE PREQUALIFICATION OF SOURCES AND ARE DETERMINED TO POSSESS THE NECESSARY COMPETENCIES EXPRESSED IN THE PREQUALIFICATION CRITERIA MAY SUBMIT A PROPOSAL IN RESPONSE TO PHASE 2 OF THE SOLICITATION. PHASE 2 of the solicitation, participants will be evaluated on: Factor 4: Safety; Factor 5: Technical Solution; Factor 6: Energy and Sustainable Design; and Price. The relative importance of the technical factors when combined is equal to the performance confidence assessment rating. All evaluation factors other than cost or price, when combined are approximately equal to price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to use tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposer or other than the highest technically rated proposer; and award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. ADDITIONAL INFORMATION After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. The basic contract period will be for 12 months. Each contract contains four 12-month options for a total maximum duration of 60 months or an aggregate value of $99 million for all contracts awarded, whichever occurs first. The task order range for this contract is between $1,500,000 and $15,000,000. The government guarantees an award amount of $25,000 for each contract awarded as a result of this solicitation over the full term of the contract. The seed project will be a construction project within the NAVFAC NW Area of Responsibility to be determined at a later date. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on FBO at https://www.fbo.gov. The only plan-holder list available is via the FBO website under this solicitation number. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement. All inquiries should be submitted to Ms. Pamela Evans at (360) 315-1846 or via email to pamela.l.evans1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N44255-15-R-0024/listing.html)
 
Place of Performance
Address: Silverdale, Washington, 98315, United States
Zip Code: 98315
 
Record
SN04000810-W 20160128/160126234042-a5816e25fe4d12f6a2d14c4fdf758dd6 (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.