Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2009 FBO #2601
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Basic Ordering Agreement (BOA) at the Naval Station Great Lakes, Illinois and other activities within a 100-mile radius of Great Lakes.

Notice Date
1/7/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008309R0005
 
Response Due
1/22/2009
 
Archive Date
2/6/2009
 
Point of Contact
Judith Honold 847-688-2600 x171 Terryll Zade (847) 688-2600 X417<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
SYNOPSIS/PRE-SOLICITATION NOTICE: Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Basic Ordering Agreement (BOA) at Naval Station Great Lakes, Illinois and other activities within a 100-mile radius of Great Lakes, Illinois. This synopsis/pre-solicitation notice is for information purpose only. Solicitation documents will not be available for downloading until approximately January 22, 2009. This solicitation is 100% set-aside for Service Disabled Veteran Owned Small Business and HUBZones Small Business nationwide. The NAICS Code for work under this contract is 236220. The solicitation will result in the award of a maximum of five contracts that will be added to the current three DB-BOA contract holders. Potential additional workload supports the expansion of the number of BOA contract holders. All DB-BOA contractors will be invited to provide proposals on future task orders. Only those firms receiving a BOA award will be allowed to compete on subsequent firm-fixed price task orders for construction, design, alternation and repair of DoD facilities ranging from $100,000 to $3,500,000. The contract contains a 7-month base year with three 12-month options for a total maximum duration of tw! enty-nine months and a maximum value of $10 million per year. The Government may require the contracts to continue performance for an additional period of up to six months under the Option of Extend Services clause. The work will include new construction, renovation, alteration, repair, and design/build capability by means of an Indefinite Delivery/ Indefinite Quantity (IDIQ) BOA at Naval Station Great Lakes, Illinois and other DoD facilities within a 100-mile radius of Great Lakes, Illinois. The preponderance of the work under this contract will be maintenance and repair work, and occasional new construction with some design capability required. The Government may choose to award the contract based on initial solicitation factors without holding discussions. The Government additionally reserves the right to reject any or all submittals at the time prior to award. Technical Evaluation Factors: The evaluation factors are listed for evaluation purposes and all factors are of equal importance. Sub-factors within each factor are of equal importance to each other unless otherwise noted with the factor. Factor A Past Performance and Relative Project Experience Sub Factor A-1 Construction Team Sub Factor A-2 Design Team Factor B Management Sub Factor B-1 Management Approach Sub Factor B-2 Bonding Capability Factor C Safety and Quality ControlSub Factor C-1 Quality Control ProceduresSub Factor C-2 Safety Procedures Rating FOLLOW-ON WORK AFER AWARD: The new IDIQ Contract awardees will be invited to compete with the current three BOA contractors. Task orders placed on this contract may include; 1) 100% design; 2) performance specifications; or 3) may require the contractor to do necessary design work. Contractors will not be awarded any stipends for their proposal costs. Please note that a bid bond will be required for each task order proposal. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the best value trade-off or low price and technically acceptable methodologies. If the Government decides to issue the task order as a best value, award factors will vary depending on the unique requirements for each task order. Point of Contact: Judith A. Honold, Contract Specialist, Phone 847-688-2600, extension 171, e-mail judy.honold@navy.mil, FAX 847-688-6567.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22f549f07b0142076c9037f727a7a1f4&tab=core&_cview=1)
 
Record
SN01728124-W 20090109/090107215624-22f549f07b0142076c9037f727a7a1f4 (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.