Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2009 FBO #2934
SOLICITATION NOTICE

Z -- MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR VARIOUS CLIENTS, KANTO PLAINS OPERATIONAL AREA, JAPAN

Notice Date
12/4/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008410R0001
 
Response Due
2/4/2010
 
Archive Date
2/19/2010
 
Point of Contact
Katrina McDonald 046-816-9323 Selethia Middleton, 046-816-9322
 
E-Mail Address
katrina.mcdonald@navfacfe.navy.mil
(katrina.mcdonald@navfacfe.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This source selection procurement consists of one solicitation with the intent to award up to five (5) Indefinite Delivery Indefinite Quantity Multiple Award Construction Contracts (MACCs). The contract will include a Base Period and four (4) Option Periods. The performance-period requirements will be 365 calendar days from date of award for the Base Period and Option Periods, or when the Not-to-Exceed amount is reached, whichever occurs first. Task orders will have a minimum amount of 3,500,000 (US$32,111.00 @ 108.9969 / US$1.00) and a maximum amount of 300,000,000 (US$2,752,371.86 @ 108.9969 / US $1.00). The maximum not-to-exceed amount is 1,000,000,000 (US$9,174,572.85 @ 108.9969 / US $1.00) per period. The 1,000,000,000 threshold is the combined total of all awarded contracts. The maximum value over the five periods 5,000,000,000 (US$45,872,864.25 @ 108.9969 / US $1.00) for all awarded contracts. The minimum guarantee is 3,500,000 (US$32,111.00 @ 108.9969 / US $1.00) for each contract for the base period only. The work (tasks) will generally be to provide all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to perform various repairs, alteration, construction, and demolition work to shore facilities. The scope of work may include, but is not limited to, the design, construction, repair, renovation, alteration, and demolition of various facilities, equipment, and infrastructure for shore facilities. The scope of work may include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead-based paint and asbestos-containing material, welding, and masonry. At time of award, the highest rated offeror will receive the seed project, and the four next most highly ranked offerors selected for contract award will receive the minimum guarantee. Unless otherwise indicated in the synopsis, this is an Internet-only solicitation. It is the bidder's/offeror's responsibility to check this site daily in order to be notified of any changes to this solicitation. A Pre-Proposal Conference and Site Visit will be scheduled for approximately 14 December 2009. More details will be forthcoming. An estimated Seed Project ranging from 10,899,690 to 27,249,225 ($100,000 to $250,000 @ 108.9969 / US $1.00) has been identified for award under this contract. Award will be made to the responsible offerors whose proposals, conforming to the Request for Proposal, will be most advantageous to the Government, resulting in the best value, price and other factors considered. After award of the initial contracts, the awardees will compete for task orders based on best value to the Government. Evaluation of contract award is based on price and the following technical factors: Factor A - Past Performance; Factor B - Corporate Experience and Key Personnel Experience and Qualifications; and Factor C - Safety. Contract award will be made to the offerors representing the best value to the Government from a technical and price standpoint. Price is considered approximately equal to the technical evaluation factors. Price will be based on the Seed Project. The solicitation will be issued on or about 21 December 2009. Proposals will be due on or about 04 February 2010 at NAVFAC FAR EAST, OP3A, IPT FE Yokosuka, Japan at the time specified in the solicitation. Offerors can view and/or download the solicitation at https://asia.neco.navy.mil/ when it becomes available. NO HARD COPIES WILL BE PROVIDED. Notification of any amendments to the solicitation will only be made on the AsiaNECO website for any posted changes. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR ANY AMENDMENTS ISSUED TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008410R0001/listing.html)
 
Record
SN02017767-W 20091206/091205000927-0c70facf1fbbbfa534656c42f7b1fec4 (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.