SOLICITATION NOTICE
Z -- IDIQ MACC Hurricane Ivan General Building Repairs for Various Activities within the Area of Responsibility (AOR) of ROICC Pensacola, FL
- Notice Date
- 10/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
- ZIP Code
- 29406
- Solicitation Number
- N62467-05-R-0062
- Response Due
- 12/6/2004
- Description
- THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. This procurement will result in the award of up to four separate Indefinite Delivery Indefinite Quantity, IDIQ, contracts for general building repairs to various facilities damaged during Hurricane Ivan. Heavy emphasis is placed on expediency of exterior and interior repairs to allow displaced staff to resume daily operations. Mold and Mildew assessment and abatement will also be required to help alleviate occupancy in a sick building environment. Procurement and installation of damaged collateral equipment, office furnishings, may be required. The Government will provide procurement lists and ordering information of any needed furnishings. One seed project as well as up to three minimum guarantees will be awarded through evaluation of competitive proposals. Each contract will be for one year with one option year. The maximum combined value of all contracts will not exceed $200 million. The majority of task orders will fall in the $3 million to $15 million range, however, some task orders may be lower in cost. Participation in all future task orders is encouraged to maintain each contract in good standing. Failure to participate could result in the Government exercising its right to not award the follow-on option year. Awards will be based on a single phase, best value procurement. The initial seed project will be awarded to the best value proposal and satisfies consideration for a minimum guarantee. The additional contracts will be awarded to the proposers who provide the next most competitive proposals. A minimum guarantee of $25,000 will be consideration for the award of the additional IDIQ contracts. For the seed project and subsequent Task Orders, contractors will be required to participate in scope development meetings. The Government will provide a preliminary scope of work, project program, and schedule a walk-thru of the damaged facilities with the Governments project team, contractors, and subcontractors to gain first hand knowledge. A meeting will be conducted immediately after the walk-thru to refine the scope based on discussions from the walk-thru. A revised Project Program will form the basis of the Request For Proposal. The proposers will be afforded additional access to damaged buildings as needed to assist in developing their proposal. After contract award, Contractors will be required to submit manufacturer?s data and/or shop drawings to validate materials meet the Government specifications. The Government will provide specifications for material quality and workmanship. Schedules for construction completion will be very expedited and contractors will be required to staff projects as necessary to meet urgent deadlines. TECHNICAL FACTORS - Technical Factors will be issued with each task order and the following represent the factors for the initial seed project - 1. Past performance on similar type work requiring exigent repairs, 2. Small Business Subcontracting, 3. Experience and credentials of the team to integrate mold and mildew assessment-remediation quickly into the scope of work, and 4. Schedule. The work will be at the following primary locations -Naval Air Station Pensacola and outlying airfields; Corry Station; Naval Surface Warfare Center Coastal Systems Station Panama City; Naval Air Station Whiting Field, and outlying airfields in the Panhandle of North West Florida. Proposers will be evaluated using a Single Phase, Request for Proposal, RFP, procedures that result in contract awards based on Best Value to the Government, cost, price or other factors considered. The entire solicitation, including plans and specifications will be available for viewing and downloading at http://esol.navfac.navy.mil. The Plans and Specifications will be Issued on or about 05 November 2004 with Proposals Due on 06 December 2004. Prospective Offerors MUST register themselves on the web site. The official planholders list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST be registered in the Contractors Central Registration, CCR, in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about proposals due or number of amendments issued, contact Shirley Shumer at 843/820-5923. Technical inquiries MUST be submitted in writing 15 days before proposals are due to the address listed above, or emailed to Susan King at susan.m.king@navy.mil. The NAICS Code for this procurement is 2361 and 2362 - Residential and Nonresidential Building Construction and the Standard Size is $28,500,000.
- Place of Performance
- Address: Various Locations at NAS Pensacola, FL
- Record
- SN00697493-W 20041023/041021212055 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |