MODIFICATION
Z -- 8(a) Design/Build Multiple Award Contract (MAC)
- Notice Date
- 12/20/2005
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278
- ZIP Code
- 23508-1278
- Solicitation Number
- N40085-06-R-6005
- Response Due
- 2/23/2006
- Archive Date
- 4/30/2006
- Point of Contact
- Larry Scheible, Contract Specialist, Phone 757-322-8254, Fax 757-322-8362, - Joyce Chilton, Contract Specialist, Phone 757-322-8266, Fax 757-322-8264,
- E-Mail Address
-
ScheibleLW@efdlant.navfac.navy.mil, joyce.chilton@navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- This is an indefinite quantity, indefinite delivery, Design/Build Multiple Award Contract (MAC), which is set aside for 8(a) small businesses. THIS REQUIREMENT WILL BE LIMITED TO 8(a) FIRMS SERVICED BY THE RICHMOND DISTRICT OFFICE OR THOSE FIRMS WITH AN SBA APPROVED ?BONA FIDE OFFICE? WITHIN THE RICHMOND DISTRICT OFFICE SERVICING AREA. All other firms are deemed ineligible to submit offers. The proposed procurement listed herein has been accepted by the Small Business Administration for competition in the 8(a) program. It is being offered for competition ONLY to eligible 8(a) concerns. This procurement is for one solicitation that may result in multiple awards. A maximum of six (6) contracts will be awarded as a result of this solicitation. Each contract is for a base year and four (4) one-year option periods. The maximum annual value of each contract is $8,000,000 per year per contractor. Task order values may range from $100,000 to $2,000,000; however, smaller and larger dollar values may be considered. Future task orders will competed among the awarded contracts. The government guarantees an award amount of $5,000 to each successful offeror over the full term of the contract to include option years. The contract will provide for design/build contract for construction, renovation, alternation, and repairs of Government facilities in the Hampton Roads area, Virginia and North Carolina. The contractor will provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in each specification. The source selection process has been selected in order to ensure selection of sources evidencing best overall capability to perform the work in a manner most advantageous to the Government. Award will be made to the offeror offering the best value considering both technical and price, where technical and price are approximately equal. Requirements for the technical Source Selection criteria factors are as follows: (A) Corporate Experience (B) Past Performance (C) Safety Record (D) Technical Approach for the Seed Project (E) Management Approach. The government The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest total price; and to award to the offeror submitting the proposal determined by the government to be the most advantageous to the government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they will be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. The request for proposals will be issued on or about 6 January 2006. The receipt date for technical and price proposals will be on or about 23 February 2006 at 2:00 PM. The Government may contact offerors for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted, they will be afforded the opportunity to revise their proposals. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation and all related files is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by email when amendments to the solicitation are issued. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at www.ccr.gov. Technical inquiries shall be sent to Larry Scheible, Code AQ210, email at Lawrence.scheible@navy.mil. Secondary POC is: Joyce Chilton, Code AQ226, email at joyce.chilton@navy.mil. Inquiries may be faxed to 757-322-4611, Attention: Larry Scheible. The funds available for the seed project are $4,500,000. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31,000,000.
- Place of Performance
- Address: Hampton Roads, Virginia and North Carolina
- Country: United States
- Country: United States
- Record
- SN00955502-W 20051222/051221080030 (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 |