SOLICITATION NOTICE
Z -- IDIQ MACC Hurricane Ivan Roofing Repair and Replacements for Various Activities within the Area of Responsibility (AOR) of ROICC Pensacola, FL
- Notice Date
- 10/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238160
— Roofing Contractors
- 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-0061
- 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 roofing repair and replacements to various facilities damaged during Hurricane Ivan. Specific tasks could include miscellaneous exterior repairs as well as incidental interior repair items. Demonstrated experience with the following roof systems will be required - multi-ply modified bitumen, three-ply with modified bitumen cap sheet, combination attached single ply systems-i.e., both fully adhered and mechanically fastened, standing seam metal, copper, asphalt shingles, slate, sheet metal work including ornate copper components. New systems shall be applied over varying deck and substrate materials. 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 $100 million. Task orders may vary in size from $1 million to $15 million. 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 and schedule an on-site for 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. 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 manufacturers 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 multiple 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 with Exigent Repairs-ability to quickly respond, staff and execute-Small Business Subcontracting; 2. Technical ? Qualifications, experience, references as related to the work to be performed; 3. Materials procurement plan - ability to procure materials in an expedited manner; 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 being Due on 06 December 2004. Prospective Offerors MUST register themselves on the web site. The official plan- holders 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 Rhonda E. Earney at rhonda.earney@navy.mil. The NAICS Code for this procurement is 238160 - Roofing Contractors and the Standard Size is $12,000,000.
- Place of Performance
- Address: Various Locations for Pensacola, FL
- Record
- SN00697494-W 20041023/041021212056 (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 |