SOLICITATION NOTICE
Y -- Mississippi and Florida Panhandle MACC
- Notice Date
- 6/5/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, SOUTHEAST BLD 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945012R0759
- Point of Contact
- William (Mike) McGrattan (904)542-6811 William (Mike) McGrattan
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRE-SOLICITATION/SYNOPSIS NOTICE. It does not constitute a request for proposal. The solicitation will be available on or about June 15, 2012 at https://www.neco.navy.mil. This acquisition will result in a competitively negotiated firm fixed-price design-build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). Up to five (5) MACCs will be awarded, unless the Source Selection Authority (SSA) determines that a number more or less than five (5) is in the best interest of the Government. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $95,000,000 over the base year and four option periods combined, with a minimum guarantee of $1,000 over the sixty (60) month period. Construction projects to be performed will primarily consist of general building type projects, (new construction, renovation, alteration, demolition, repair work, and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, community support facilities, and both vertical and horizontal construction for Department of Defense activities in the Mississippi and Florida panhandle area as currently managed by NAVFAC Southeast. The work will be concentrated at, but not limited to the following locations: Naval Construction Battalion Center (NCBC) Gulfport, Keesler Air Force Base (AFB), Naval Air Station (NAS) Meridian, Naval Support Activity (NSA) Panama City, NAS Pensacola, and NAS Whiting Field. Work may be required in other areas in the area of responsibility of NAVFAC SE, if deemed necessary. Projects may also require comprehensive interior design and incorporation of sustainable features such as Leadership in Energy and Environmental Design (LEED) Silver-rated building standards. Projects (task orders) issued under this contract will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. Projects can be based on design-build, modified design-build, or full plans and specifications format. Task orders will be firm fixed-priced, normally in the range of $4,000,000 to $25,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest and approved by the NAVFAC SE Chief of Contracts. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the Request for Proposal (RFP) for each task order. The RFP will be issued as a 100% Small Business Set-aside in accordance with FAR Subpart 6.2, Full and Open Competition After Exclusion of Sources. The Government will only accept offers from small business concerns. The North American Industry Classification System (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $33,500,000. The source selection method being used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The Government anticipates a contract award for this project on or about 30 March 2013. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors are urged and expected to inspect the site where the work will be performed. Check FAR clause 52.236-27, Alternate I and Technical Section 00100, included in the solicitation, for the time and date of a planned site visit. The point of contact for this site visit, with instructions can be found in the solicitation. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained. This solicitation will be posted to https://www.neco.navy.mil, under the solicitation number N69450-12-R-0759. The solicitation will be available for download free-of-charge via the internet at https://www.neco.navy.mil. This will be the only method of distribution of amendments; therefore IT IS THE OFFEROR ™S RESPONSIBILITY TO CHECK THE WEBSITE, https://www.neco.navy.mil, PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. The Government will not pay for information requested nor will it compensate any respondent for any proposal. The successful offeror must be currently registered in the Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via internet at http://www.ccr.gov. Failure to register in the CCR database may render the successful offeror ineligible for award. In accordance with FAR Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, all offerors must be registered on http://www.dol.gov/vets/index.htm to be eligible to receive the contract award. All contractual and technical inquiries shall be submitted via electronic mail to William (Mike) McGrattan at william.mcgrattan@navy.mil The government does not maintain or provide a bidders/planholders list. A planholders list will be available in NECO once offerors are registered. Note: this list is not all inclusive. **This Pre-Solicitation Notice Replaces N69450-12-R-0758**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bbe818ae90229df59390653a42cbc47c)
- Record
- SN02767053-W 20120607/120605235906-bbe818ae90229df59390653a42cbc47c (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 |