SOLICITATION NOTICE
Y -- AFRICA MULTIPLE AWARD CONSTRUCTION CONTRACTS ($3M-$15M)
- Notice Date
- 5/22/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,
- ZIP Code
- 00000
- Solicitation Number
- N3319112R0411
- Response Due
- 6/5/2012
- Archive Date
- 6/20/2012
- Point of Contact
- Sean Duffy +39 081-568-4104
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA), Naples, Italy plans to issue a Best Value Request for Proposal for up to five (5), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contracts (MACC), at Camp Lemonnier, Djibouti, Africa as well as other Africa locations within NAVFAC ™s area of responsibility (i.e. Camp Simba, Kenya). This notice does not constitute a request for proposal, request for quote, or an invitation for bid. This contract includes a base period and four (4) options periods, for a maximum of 60 months. The total value for all IDIQ contracts to be awarded is not to exceed $75,000,000 over the contract period, including options. There is no yearly or per contractor limit except for the five year maximum. The guaranteed minimum for award is $25,000 and the award of the seed project will satisfy the guaranteed minimum, for a total of up to five (5) contract awards. The seed project will be identified with the solicitation. All Future Task Orders will be awarded using the procedures at FAR 15.1 and FAR 16.505. This notice is for Design Build and Design Bid Build Medium Magnitude Construction Projects with an estimated construction cost between $3,000,000 and $15,000,000 however smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The contractors shall furnish all labor, management, supervision, tools, materials, equipment, incidental engineering and transportation, except otherwise specified herein, necessary to perform various repairs, alteration, construction and demolition work for facilities. The scope of work specific to each task order issued under the proposed contract may include, but is not limited to (new construction, renovations, alterations, demolition, repair work, and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, retail, food service, dormitory, community support facilities and both vertical and horizontal construction for Department of Defense activities within NAVFAC EURAFSWA ™s area of responsibility. The contractor will be provided plans and specifications, to perform construction work, or may be required to provide design for design build work. This solicitation will utilize a two-phase best-value tradeoff acquisition process. The evaluation factors and phases are as follows: Phase I: Factor 1 “ Technical Approach Factor 2 “ Experience Factor 3 “ Past Performance Phase II: Factor 4 “ Safety Factor 5 “ Technical Solution Factor 6 “ Energy and Sustainable Design This Two-Phase design-build (DB) procurement will result in the award of up to five (5) Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts under a Multiple Award Construction Contract (MACC) structure for a one year base period with provisions for the exercise of four one-year option periods. For Two-Phase DB procurements, Factors 1-3 will be evaluated in Phase I. Factor 1 will only be rated Acceptable or Unacceptable. If an Offeror is rated Unacceptable in Factor 1, then they will not be considered for Phase II. Factors 4-6 will be evaluated in Phase II. In making the best value award decision after Phase II, the government will consider Factors 2-6 and price. The relative order of importance of the non-cost/price evaluation Factors is that Technical Factors 2, 4, 5, and 6 are equal to each other and when combined are of equal importance to the performance confidence assessment (past performance “ Factor 3). The combined non-cost/price factors are approximately equal to price. In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the government to exercise the option(s). The solicitation is expected to be posted to NECO on or about 6 June 2012. A Pre-proposal Conference and Site Visit schedule will be issued by amendment only for the successful offerors of Phase I. The Government intends to post all notices/amendments related to this solicitation on the European Navy Electronic Commerce Online (EuroNeco) website at https://euro.neco.navy.mil. All documents published in EuroNeco will be transmitted to the navy electronic commerce Online (NECO website at https://www.neco.navy.mil and Federal business Opportunities website at www.fbo.gov. All interested firms must be registered on the EuroNECO, NECO, or FBO web sites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the offeror to check the website daily for any updates/amendments. Prospective offerors will have access to the solicitation at the EuroNECO/NECO/FBO web sites by searching for the solicitation number, N3319112R0411 (no hyphens). Offerors are encouraged to check the EuroNECO/NECO/FBO web sites frequently in order to be notified of any changes to the solicitation. If you register for this solicitation, you will receive a courtesy e-mail notifying you of all amendments for this solicitation that are posted on the website. Registration for this solicitation, however, does not release the offeror from the responsibility of checking the solicitation daily for amendments. All offerors must be registered in the Central Contractor Registration (CCR), at www.ccr.gov to be considered for award of any United States of America, Department of Defense contract. In order to register in CCR, offerors must have a Dun and Bradstreet (DUNS) Number, located at http://fedgov.dnb.com/webform and a Commercial and Government Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental entity (NCAGE) Code (foreign firms), located at http://www.dlis.dla/Forms/Form_AC135.asp. The CCR requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective offerors to begin the CCR registration process as early as possible. A subcontracting plan will be required prior to award. The point-of-contact for this Pre-Solicitation Notice is Sean Duffy E-mail: Sean.Duffy@eu.navy.mil. Telephone: +39-081-568-4104
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319112R0411/listing.html)
- Record
- SN02755180-W 20120524/120523000216-a03af4362a7b044b8e708dabc735e633 (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 |