Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2012 FBO #4017
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONSTRUCTION CONTRACTS

Notice Date
11/21/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM13ZPS001E
 
Archive Date
11/21/2013
 
Point of Contact
John A. Busbey, Contracting Officer, Phone 256-544-0896, Fax 256-544-9162, Email john.busbey@msfc.nasa.gov - Brian A. Speer, Contract Specialist, Phone 256-544-3038, Fax 256-544-6062, Email Brian.A.Speer@nasa.gov
 
E-Mail Address
John A. Busbey
(john.busbey@msfc.nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Marshall Space Flight Center (MSFC) plans to issue a Request for Proposal (RFP) that may result in the award of multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) General Construction Contracts. The Government reserves the right to award as many or as few as deemed to be in the best interest of the Government. It is anticipated, that these IDIQ contracts will have a five year period of performance. The contracts will have IDIQ ordering provisions under which the Government may award Firm-Fixed Price (FFP) delivery orders for general construction requirements. Under the delivery orders, the contractor will be required to furnish all management, labor, equipment, and/or materials necessary for the performance of construction, demolition, modification, repair, and/or rehabilitation of facilities located onsite at MSFC, or operated by MSFC. The specific work requirements will be included in the delivery orders. The IDIQ contracts will not be 'requirements contracts' and therefore the Government may, at its sole discretion, utilize other procurements to satisfy its general construction requirements. Under the ordering provisions of the proposed IDIQ contracts, the Government may utilize competitive or noncompetitive procurement procedures to solicit future delivery order bids from the IDIQ contractors. Bids will generally be solicited from all of the IDIQ contractors on a competitive basis. It is estimated that 20 to 30 delivery orders with a total combined price of $2.5 million will be awarded annually. The estimated price range of the delivery orders will be between $25,000 and $2.5 million annually. The anticipated maximum IDIQ value for each contract will be $20M. This amount represents the maximum cumulative value of the delivery orders the Government may award under each IDIQ contract. The RFP will not include specifications and drawings (see procedure for requesting below) for a delivery order (a sample construction project) that will be subject to award to one of the selected IDIQ contractors. The decision to award or not award the delivery order is solely within the discretion of the Government. The delivery order will be representative in nature of the tasks to be ordered under the proposed IDIQ general construction contracts. Offerors will be required to submit a price proposal for the delivery order as part of its proposal for the IDIQ contracts. All responsible sources may submit an offer which shall be considered by the agency. The solicitation and any documents related to this procurement [with the exception of specifications and drawings] will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is http://prod,nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 At the time the RFP is released, documents (Plans & Specifications for sample project) that are not available at this Internet site will be available for pickup in person or by mail, provided a written request is received at least five (5) calendar days before the proposal due date. Hardcopies of the documents available at this Internet site will likewise be available as well. All written requests must include the Synopsis Reference Number (NNM13ZPS001E), the requestor's name, company name, address, telephone number, facsimile number (if any), and e-mail address (if any). It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the URLs linked below. The NAICS Code and small business size standard for this procurement are 236220 and $33,500,000, respectively. The anticipated RFP release date is on or about December 5, 2012. The anticipated due date to for submission of proposals is thirty (30) days after the date the RFP release date. The actual due date for receipt of proposals will be stated in the RFP and in any amendment(s) thereto. It is anticipated that a pre-proposal conference will be held approximately two (2) weeks after the RFP is issued. An organized site visit and tour of the location where the proposed delivery order will be performed will also be offered. Information and details on the pre-proposal conference and site visit will be available at this Internet site. It will also be available for pickup in person or by mail, if a written request has been received. FAR 52.236-27, Site Visit (Construction) (Feb 1995) Alternate I (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and FAR clause 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 or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit will be scheduled for See RFP and/or any amendment(s) to this synopsis or to the RFP. (c) Participants will meet at - See RFP and/or any amendment(s) to this synopsis or to the RFP (End of Provision) All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted, The order of magnitude for the procurement is $250K-$500K and the effort shall be completed within 180 calendar days after notice to proceed. (This refers to the Sample Project only) This procurement is a total small business set-aside. The firm date for receipt of bids or proposals will be stated in the RFP. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offerors shall notify this office of their intent to submit an offer. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM13ZPS001E/listing.html)
 
Record
SN02935921-W 20121123/121121234518-74d482b012338beac318cfb95d61dea6 (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.