SOLICITATION NOTICE
Z -- Indefinite Quantity (IQ) Multiple Award Construction Contract (MACC), Roofing Projects, Marine Corps Air Station, Cherry Point, North Carolina and Marine Corps Base, Camp LeJeune, North Carolina
- Notice Date
- 4/12/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, ROICC Cherry Point, PCS Box 8006 CGMAS Cherry Point, Cherry Point, NC, 28533-0006
- ZIP Code
- 28533-0006
- Solicitation Number
- N62470-05-R-7106
- Response Due
- 5/27/2005
- Archive Date
- 6/11/2005
- Point of Contact
- Marjorie Sadler, Contract Specialist, Phone 252-466-4750, Fax 252-466-5749, - Marsha Temple, Contract Specialist, Phone 252-466-4751, Fax 252-466-4746,
- E-Mail Address
-
marjorie.sadler@navy.mil, marsha.temple@navy.mil
- Description
- This procurement is for one solicitation resulting in the award of up to six Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposal, conforming to the RFP will be most advantageous to the Government resulting in the best value, cost or price and other factors considered. The Government reserves the right to award fewer than six contracts if sufficient number of acceptable proposals are not submitted to make awards. The Government may consider volume of work under these contracts when requesting bids for new projects in order to affect an equitable distribution of work. 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 award the contract to other than the proposer submitting the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. The work will consist of demolition, repair, and replacement of roofing systems and associated related work at MCAS Cherry Point, outlying fields, and MCB Camp LeJeune and MCAS New River, North Carolina. The work will include demolition, repair, and replacement of roofing systems (including but not limited to modified bitumen, standing seam metal, shingles, single ply systems) and incidental related work including, but not limited to, painting, asbestos/lead paint abatement, architectural modifications (i.e decking replacement, blocking, etc.) and structural modifications. Projects assigned to the IDIQ contracts will use the Multiple Award Construction Contract (MACC) approach to scope and price the work. After award of the initial contract(s), up to six contractors, will compete for task orders based on best value, low price or low price technically acceptable to the Government. Each contract will be for one base year with four one-year options. The total 5-year (base year and four option years) not-to-exceed amount for each contract is $30,000,000.00. Each contract has an annual value not to exceed $6,000,000.00. Construction schedules will be determined for each project at the issuance of each task order. The six best value contractors will be selected for the award of either the seed project or the award of one of the six contracts with a minimum guarantee of $10,000.00 to each successful offeror over the full term of the contract to include the option years. The first IDIQ construction contract of the six will be awarded with a firm-fixed price, 100% design as the seed project. This is a RFP, which requires submission of technical and price proposals. Evaluation of award will be based on technical factors including (A) Past Performance, (B) Management and Organization, and (C) Support for Small, Small Disadvantaged, and Women-Owned Businesses. Management and Organization has sub-factors which are: (1) Corporate Experience, (2) Quality Control and Key Personnel, (3) Safety and Health, and (4) Bonding Capability for projects of size and nature envisioned. Support for Small, Small Disadvantaged, and Women-Owned Businesses has sub-factors (1) Small Business Past Performance, and (2) Subcontracting Plan Effort. It will also be based on pricing full plans and specifications for the seed project, N62470-05-D-7106, Replace Roof, Building 902, Marine Corps Base, Camp LeJeune, North Carolina, which has an estimated cost range of $250,000.00 to $500,000.00. The best value contractor of the six IDIQ contracts will be awarded the seed project with the initial award. All six contracts will compete on subsequent task orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. Award factors will vary depending on the unique requirements for each task order, however, pricing will be weighted heavily. The awarded task order will be a firm-fixed price task with a specific completion date. Should the second, third, fourth, fifth, or sixth IDIQ contractor be unable to competitively secure a task order to meet the minimum guarantee, award considerations may be modified in order to ensure each participating contractor is awarded task orders meeting the minimum guarantee. All initial awarded contractors will be required to participate in all MACC walk-throughs, if required, and submit proposals. Failure to participate in walk-throughs and failure to submit proposals on task orders may result in the Government not issuing additional task orders or exercising the option to extend the contract for an additional year. The contract will be awarded to the best value offeror in accordance with the requirements of FAR Park 15. Only the six selected contractors will be permitted propose on the task orders. Proposals from another contractor will not be accepted. A minimum of two proposals will satisfy the competitive requirements of MACC and preclude the necessity of soliciting for a replacement contractor if for any reason one of the contracts is terminated or one of the proposers is not able to participate in the process. Failure to participate in the task order process may result in forfeiture of the minimum guarantee amount. Seed project is unrestricted with a NAICS of 238160 and size standard of $12,000,000. No public bid opening will be held. A subcontracting plan is required, if the contract is awarded to a large business. Plans and specifications will be available on or about 29 April 2005. The estimated date for receipt of offers is on or about 27 May 2005. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62470CP/N62470-05-R-7106/listing.html)
- Place of Performance
- Address: Marine Corps Air Station, Cherry Point, NC and outlying fields, AND Marine Corps Base, Camp LeJeune, NC, and Marine Corps Air Station, New River, NC
- Zip Code: 28533-0006
- Country: USA
- Zip Code: 28533-0006
- Record
- SN00786437-F 20050414/050412212111 (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 |