SOLICITATION NOTICE
Y -- DESIGN BUILD MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), WATERFRONT PROJECTS, VARIOUS LOCATIONS, OAHU, HAWAII
- Notice Date
- 1/15/2009
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
- ZIP Code
- 00000
- Solicitation Number
- N6247809R4017
- Response Due
- 4/30/2009
- Archive Date
- 5/15/2009
- Point of Contact
- James Murakami 808-474-7852 Curtis Ogawa 808-474-6322
- Small Business Set-Aside
- N/A
- Description
- This solicitation is being advertised on an UNRESTRICTED basis inviting full and open competition and is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award Design Build Multiple Award Construction Contract (MACC), Waterfront Projects, Various Locations, State of Hawaii. The Government intends to award multiple awards and reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The primary NAICS Code is 237990 and the corresponding size standard is $33.5M average annual receipts over the last 3 fiscal years. The anticipated scope of work may include, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform new construction of piers/wharves and other waterfront facilities, such as warehouse construction, rehabilitation and/or improvements; site improvements; utility connections; maintenance and construction dredging; and other incidental work. The work may involve new construction, reconstruction, rehabilitation, and/or repairs. Waterfront pier/wharf work includes, but is not limited to, selective demolition of existing waterfront structures; pile supported piers/wharves; marine concrete; reinforced concrete wharf structures; precast, prestressed concrete; concrete rehabilitation; prestressed concrete bearing and fender piles; steel sheet piles; fiberglass plastic fender work; marine hardware; cylindrical fen! der system; coating of waterfront steel structures; cathodic protection; fire alarm systems; ship-to-shore utility connections; plumbing; fuel piping; electrical and pier telephone systems; and other incidental work. Dredging work includes, but is not limited to, maintenance and/or construction dredging and ocean and/or upland disposal of dredge material. Other waterfront facilities include facilities that are part of the project or conflict with the construction of the project such as, transit storage/staging facility work; reinforced concrete footings on precast, prestressed concrete pile foundations; reinforced concrete floor slabs; steel joist/metal deck roof frame system; mezzanine, doors, windows, architectural finishes; building specialties, such as, fire alarm and sprinkler systems, plumbing, air conditioning and ventilation; electrical work and other incidental work. Site work includes, but is not limited to, asphalt concrete pavement; reinforced concrete apron; ! water distribution; sanitary sewerage; fuel distribution piping; chain link fence and gates; selective demolition and removal work, and other incidental work. The work may also include bridge repair work, e.g. repairs due to concrete spalls and/or pile driving work, and/or repair by total replacement of deteriorated facility. The basis of awards is to the Offerors whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The technical evaluation factors are anticipated to be: FACTOR A: Past Performance; FACTOR B: Experience and Qualifications; FACTOR C: Management and Schedule Plans; and FACTOR D, Small Business Utilization. Price proposals will consist of lump sum pricing of the sample project. When combined, the technical evaluation factors will be considered significantly more important than price. The contract performance period will consist of a base period of 12 months and four option periods. The total estimated value for all contracts inclusive of options will not exceed $500,000,000. The minimum and maximum order limitation will be established at $2,500 and $30,000,000, respectively. Pricing of a sample project is required for the price proposal. The entire RFP will be available through the Navy Electronic Commerce Online (NECO) website at https://neco.navy.mil or the Federal Business Opportunities (FBO) website at https://www.fbo.gov. Hard copies of the RFP will not be issued. Contractors must register with FBO to obtain access to the RFP. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the RFP. An email will be forwarded once the Contracting Office has approved or declined the request. Approved contractors may view/download the RFP and any amendment issued from FBO. Amendments will normally be posted to the web site http://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding any drawings, will be posted to http://www.neco.navy.mil. If the amendment contains drawings, the drawings will be posted to http://www.fbo.gov. It is highly recommended that firms register on the NECO and FBO websites as plan! holders as this will be the only planholder's list available. It is the Offeror's responsibility to check the NECO and FBO websites periodically for any amendments or notices to the RFP.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53df22bf2ecfb1036ea3ac5924487025&tab=core&_cview=1)
- Record
- SN01732888-W 20090117/090115215108-53df22bf2ecfb1036ea3ac5924487025 (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 |