Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2007 FBO #1908
SOLICITATION NOTICE

Y -- IDIQ MACC FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION AT VARIOUS LOCATIONS WITHIN THE NAVFAC SOUTHWEST AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO NORTHERN CA, NV, UT, AND CO

Notice Date
2/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-2003
 
Response Due
4/3/2007
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases 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 actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, repair, and renovation primarily by design-build or secondarily by design-bid-build of commercial and institutional buildings and related structures at various locations within the NAVFAC Southwest area of responsibility including, but not limited to, Northern California, Nevada, Utah, and Colorado. However, it is anticipated that the majority of the work will be performed in Solano County, California. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. The North American Industry Classification System (NAICS) code is 236220, 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 $500,000,000. Task orders will range between $7,000,000 and $30,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, 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: Phase One: Factor 1 - Past Performance of Offeror and Offeror's Team, Factor 2 - Experience of Offeror and Offeror's Team, Factor 3 - Management Plan, Factor 4 - Safety; Phase Two: Factor 5 - Support for Small Business, Factor 6 - Engineering Solutions of Offeror's Team, and Factor 7 - 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 March 8, 2007 at 9:00 a.m. sharp. The conference will be held at the Anchors Catering and Conference Center at Naval Base San Diego (Dry Side), Bldg. # 3210, Main Street and Yuma Street (before the gate). 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 March 2, 2007. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. 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: Northern CA, NV, UT, and CO
Zip Code: 92132
Country: UNITED STATES
 
Record
SN01232311-W 20070216/070214221027 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.