SOLICITATION NOTICE
Z -- Design-Build Indefinite Delivery/Indefinite Quantity (DB IDIQ) Construction Contract, US Navy Support Facility, Diego Garcia, British Indian Ocean Territory
- Notice Date
- 2/22/2011
- 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
- N4008411R0004
- Point of Contact
- Katrina McDonald 81-46-816-9323
- Small Business Set-Aside
- N/A
- Description
- This is not a request for either a quote or proposal, or an invitation for bid. The intent of this Pre-Solicitation Notice is to notify potential offerors of the Navy ™s requirement under RFP N40084-11-R-0004, for a Design-Build Indefinite Delivery/Indefinite Quantity Construction Contract at US Navy Support Facility, Diego Garcia, British Indian Ocean Territory (BIOT). The project will be solicited as an unrestricted procurement using the source selection procedures in accordance with Federal Acquisition Regulations (FAR) Part 15.101 and 15.3. The solicitation utilizes source selection procedures which require offerors to submit price and technical proposals. Evaluation of proposals will be based on price and technical evaluation factors, as stated in the solicitation, with contract award to be made to the offeror submitting the best value to the Government. The contract resulting from this solicitation will result in contract award to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the US Government, considering price and technical evaluation factors. The work includes, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, and/or alteration of existing infrastructure. The contract period of performance is anticipated to consist of a twelve-month Base Period and two twelve-month Option Periods, for a total maximum duration of thirty-six months. The estimated maximum dollar value, including the Base Period and both Option Periods is $90,000,000. The minimum task order limitation will be established at $150,000, with an unspecified maximum task order amount. 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 $10,000,000 is guaranteed to be ordered under the performance period of the contract. The minimum guarantee may be met by the issuance of a task order during the Base Period or Option Periods. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each Option year. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, with an annual size standard of $33.5M. At the time of proposal, interested parties must consist of a Joint-Venture effort between a United States firm (minimum 60%) and a United Kingdom firm (minimum 20%). Anticipate a one-time pre-proposal conference and site visit on or about the last week of March 2011/first week of April 2011 in Diego Garcia, which will be restricted to registered planholder firms only. Due to the logistical constraints posed by the location, each firm will be allowed only three attendees on the site visit. Each request must include the following information: full name, gender, citizenship, nationality, name of firm being represented, position/title, social security number, complete company and home address, passport number (place of issuance, date of issue, expiration date), and e-mail address(es). Due to the lead time required for visitors to receive area clearance to Diego Garcia, it is imperative that each firm provide the above information to the Contracting Officer within 5 business days from receipt of the Request for Proposal (RFP). It is the responsibility of the planholder to arrange for transportation to Singapore. A Government-sponsored MAC flight will be available to transport planholders from Paya Lebar, Republic of Singapore Air Force (RSAF) Base, Singapore, to Diego Garcia. It is highly recommended that flight arrangements to Singapore allow for significant flexibility in the event that the scheduled MAC flight becomes delayed or encounters unscheduled changes. Failure to submit all required information by the date to be determined at the time of the issuance of the RFP will preclude the firm's eligibility to participate in the site visit and pre-proposal conference. No additional names will be accepted after the registration deadline. Interested offerors can view and/or download the solicitation from Asia Navy Electronic Commerce Online at https://asia.neco.navy.mil when it becomes available on or around the third week of March 2011. No hard copies will be provided. It is the contractor ™s responsibility to check the websites daily for any amendments to this solicitation. All interested offerors shall register at the website. The due date for proposals is approximately 30 calendar days after the issuance of the solicitation. Offerors must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications (Document 00600) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. Interested offerors are encouraged to register as soon as possible. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose. The point of contact for this solicitation is Katrina McDonald, Contract Specialist at +81-46-816-9323, katrina.mcdonald@fe.navy.mil, or Joy Okimoto, Contracting Officer at +81-46-816-5715, joy.okimoto@fe.navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008411R0004/listing.html)
- Record
- SN02385295-W 20110224/110222234634-467bbeb51b7a4f816ff80edf7724290b (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 |