PRESOLICITATION NOTICE
Y -- Pennsylvania MACC Multiple Award Construction Contract
- Notice Date
- 1/8/2002
- Notice Type
- Presolicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
- ZIP Code
- 19113
- Solicitation Number
- N62472-02-R-0003
- Response Due
- 3/21/2002
- Archive Date
- 4/5/2002
- Point of Contact
- Al Randazzo, Contract Specialist, Phone (610)595-0623, Fax (610)595-0671, - Nina Ferraro, Supervisory Contract Specialist, Phone (610)595-0635, Fax (610)595-0671,
- E-Mail Address
-
randazzoaf@efane.navfac.navy.mil, ferraronm@efane.navfac.navy.mil
- Description
- This is a Pre-Solicitation Notice: This procurement is being issued as UNRESTRICTED and is therefore subject to Federal Acquisition Regulation clause 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns. It is the governments intention to award a Multiple Award Construction Contract (MACC). The MACC may include up to four (4) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The scope of the work shall include new construction, alterations, renovations, maintenance, repairs demolition and the ability to do design build projects. Projects may include asbestos/lead based paint removal, demolition, proprietary items and options. A significant number of design-build task orders may be placed under the resultant contracts. The work will be primarily located in, but not limited to, the states of Pennsylvania and New York. The maximum value of this contract will be $30 million over the 5 year life of the contract. There is no set maximum amount to be awarded under each of the up to four contracts that may be awarded as a result of this solicitation other than that the total amount for all task orders issued during the five year term, regardless of the number of contracts awarded, will not exceed $30 million. A Bid Guarantee will be required to be submitted with the proposal in the amount of $1 million to remain in full force and effect until the first Task Order is issued. The North American Industry Classification System (NAICS) code for the seed project is 233320 and the Standard is $27.5 million. Per the Debt Collections Improvement Act of 1996, The Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our web site at http:/www.efdnorth.navfac.navy.mil or by referring to DFARS Subpart 204.73. The solicitation will contain a seed project upon which evaluation of proposals will be based. The seed project is a full design for the interior repairs to NMCRC, Lehigh Valley, PA. The work includes crack repair and the application of a bituminous seal coat within the parking lot area, new architectural finishes within and throughout the facility, new doors, hardware, windows, glazing, acoustical ceilings, VTC flooring, carpeting, painting, new women?s restroom/shower, new fixtures with the men?s restroom/shower, removal and lawful disposal of asbestos containing materials, new fire alarm / detection system, new telephone / communication system and incidental related work. A pre-proposal conference/site visit is planned. The time, date and instructions for attending the pre-proposal conference/site visit will be contained in the solicitation package. Participation in the pre-proposal conference/site visit, including those for future task orders, will be the responsibility of the offerors and are not reimbursable by the Government. Best Value Source Selection procedures will be utilized for this procurement. This solicitation as issued will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. Proposals may be evaluated on the following factors: 1) Relevant Past Performance; 2) Management Approach; 3) Technical Experience, Expertise, and Qualifications, 4) Safety, 5) Commitment to Small Business and 5) Price. The seed project will be evaluated as to price reasonableness. It is anticipated the offeror awarded the seed project will meet the minimum guaranteed amount. Each of the offerors selected for award will receive a minimum guarantee of $5,000 to be reached over the contract performance period of five years. Separate Task Orders will be issued for each project placed under the MACC. The anticipated range for each task order will generally be between $100,000 and $3,000,000. The government reserves the right to award a Task Order to other than the low proposer in order to ensure that each participating contractor, meets their minimum contract guarantee. Subsequent Task Orders will be competed only among the up to four successful contractors. Award of each subsequent Task Order may be based on either Best Value to the Government or low price. Task orders may require multi-disciplined design services in all aspects of structural construction for new and renovation projects. All key professional disciplines shall be registered. The estimated date that the Request for Proposal package will be available is 21 February 2002 and the estimated receipt of proposals date is 2:00 p.m. on 21 March 2002. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (www.esol.navfac.navy.mil). You must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, when the Request for Proposals package becomes available, you will receive an e-mail informing you that the RFP package is available for downloading. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor?s responsibility to check the internet site daily for any posted changes to the solicitations plans and specifications. For technical questions concerning this project, contact Al Randazzo at 610-595-0623 or by email at randazzoaf@efane.navfac.navy.mil.
- Place of Performance
- Address: Primarily for projects located in but not limited to the Pennsylvania Area
- Record
- SN20020110/00012596-020109090546 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |