MODIFICATION
Y -- Renewable Energy Technologies - Energy and Water ConservationServices for Navy Facilities
- Notice Date
- 4/6/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building850 Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6258310R0333
- Response Due
- 2/15/2010
- Archive Date
- 6/30/2010
- Point of Contact
- Meadow Olsson 805-982-4566 Meadow OlssonTelephone: 805-982-4566E-mail: meadow.olsson@navy.mil
- E-Mail Address
-
l
- Small Business Set-Aside
- Partial Small Business
- Description
- AMENDMENT 2:THE ESTIMATED DATE OF RELEASE FOR THE RFP FOR THE BELOW PROCUREMENT HAS BEENCHANGED FROM APRIL 5, 2010 TO APRIL 30, 2010. THE ACTION HAS CHANGED FROM UNRESTRICTED TO A PARTIAL SET-ASIDE TO SMALLBUSINESS AS DESCRIBED IN THE REVISED SYNOPSIS BELOW. SYNOPSIS: The Specialty Center Acquisitions NAVFAC (SCAN) office in PortHueneme, CA intends to award up to six, indefinite-quantity,indefinite-delivery (IDIQ), fixed-price multiple award contracts in supportof the Naval Facilities Engineering Services Center (NFESC) Energy ProgramsBranch in the execution of Sustainment, Restoration and Modernization (SRM),and new construction including MILCON and ECIP, and related projects atDepartment of Defense Facilities. The contracts will be awarded using a best value competitive sourceselection process. There will be no pre-established firm-fixed contractprices. The actual work to be performed will be described in written taskorders to be issued as needed by the Contracting Officer. The solicitationutilizes source selection procedures which require offerors to submit atechnical proposal, past performance and experience information, and a priceproposal for evaluation by the Government. Responses to this notice are notconsidered offers and will not be accepted by the Government to form abinding contract. This will be a Multiple Award Construction Contract (MACC) that will beperformed globally. The action will be a partial set-aside to small business. It is intendedto promote the use of renewable energy technologies, acquire energy andwater conservation services, reduce energy and water consumption and/orassociated utility costs, and reduce energy and water-related operations andmaintenance costs, as specified in each task order (TO) issued against thisIDIQ contract. The contractor shall provide all labor and material toinstall energy and water conservation projects, renewable energy projects,and provide operations and maintenance (O&M) as specified in each TO. Thecontractor shall be responsible for determining the source, value, andavailability of any applicable financial and tax incentives for the projectand collaborating with the contracting officer to consider incentiveoptions. The work to be acquired under this contract is for project scoping, LifeCycle Cost Analysis (LCCA), associated engineering, new construction andrenovation by design build or (to a lesser extent) by design-bid-build ofvarious facilities and systems at locations worldwide. Work to be performedunder the MACC will be the general construction category to include lightingsystems, HVAC systems, utility systems, civil engineering, renewable energysystems, cathodic protection, facility improvements, environmentalengineering, electrical systems, and water and wastewater system design andoperation. The maximum contract amount is $500,000,000.00. The intent isto award six contracts, three of which will be reserved for small business,as a result of the solicitation. The North American Industry code Standard is 236220 and the annual sizestandard is $33.5 million. Offerors can view and/or download thesolicitation at https://www.neco.navy.mil/ when it becomes available. TheGovernment will give fair consideration to all awardees in placing orders,as applicable, based on criteria stated in the solicitation. The contract ordering period will be for a base year plus four option years.The RFP will be posted on the website on or about April 30, 2010. No hardcopies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THEWEBSITE DAILY FOR ANY AND ALL AMMENDMENTS TO THIS SOLICITATION. Prospectiveofferors MUST register on the NECO website. Plan holders lists will not be faxed and will be available only at theinternet website address listed above. Request for Proposal number isN62583-10-R-0333. For questions please contact the POC listed below. Points of Contact: Meadow OlssonTelephone: 805-982-4566E-mail: meadow.olsson@navy.mil Dyanne Van Der KampTelephone: 805-982-5080E-mail: dyanne.vanderkamp@navy.mil Michael ThompsonTelephone: 805-982-2565E-mail: michael.d.thompson@navy.mil Contracting Office Address: N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA 93043
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258310R0333/listing.html)
- Record
- SN02114318-W 20100408/100406235503-c15885fe0957c1ebcdac553a14376c9e (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 |