SOLICITATION NOTICE
Z -- IDIQ MACC FOR NEW CONSTRUCTION & REPAIR OF PAVING & ASSOCIATED SITE IMPROVEMENTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SOUTHWEST AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO AZ, CA, NV, & NM
- Notice Date
- 3/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N62473-06-R-1019
- Response Due
- 4/26/2006
- Archive Date
- 5/11/2006
- Description
- This procurement is being advertised on an unrestricted basis inviting full and open competition. This procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. This is an IDIQ contract with no pre-established fixed contract prices. The work to be acquired under this solicitation is for new construction and repair by design-build or design-bid-build of paving, both Portland Cement Concrete (PCC) and Hot Mix Asphalt (HMA), and associated site improvements at various locations within the NAVFAC Southwest area of responsibility, including but not limited to: Arizona, California, Nevada, and New Mexico. However, it is anticipated that the majority of the work will be performed in Southern California. Types of projects may include, but are not limited to: removing, patching and repairing of existing deteriorated asphalt and Portland Cement concrete paving, including base materials from road and parking areas. Work also includes cleaning and repairing existing cracks, asphalt overlays, slurry seal, and installation of new asphalt, new aggregate base, cold milling of existing paving, and emergency repair work. The work also includes site work incidental to paving including, but not limited to: clearing and grubbing; excavation and earthwork; storm drainage systems; sidewalks, curbs and gutters, wheel stops, reflective markers, striping and signing, and some demolition disposal. The removal and/or recycling of this material from Government property is also included. The North American Industry Code Standard is 237310 and the annual size standard is $31 million. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $100,000,000. Task orders will range between $5,000 and $3,000,000. However, it is anticipated the majority of the work will be between $5,000 and $750,000. A minimum of $25,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Past Performance of Offeror and Offeror's Team; Factor 2 ? Support of Small Business; Factor 3 - Experience of Offeror and Offeror's Team; Factor 4 ? Technical Approach; Factor 5 ? Management Plan; and Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. A pre-proposal conference is scheduled for 4 April 2006 at 9:00 a.m. sharp. The conference will be held at Naval Facilities Engineering Command Southwest, Room 139 Blue Room, 1220 Pacific Highway, Building 127, San Diego, CA 92132. Seating capacity is limited to 50; therefore each firm that is registered will be limited to two attendees only and will be on a first come first serve basis. Those firms not registered will not be guaranteed seating. Registration for the conference is located at the website shown below. No site visit will be held. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the website at http://esol.navfac.navy.mil on or about 27 March 2006. No hard copies will be provided. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the Internet website address listed above.
- Place of Performance
- Address: Various
- Record
- SN01004440-W 20060312/060310212805 (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 |