SOLICITATION NOTICE
Y -- Design/Build Multiple Award Construction Contract, Marine Forces Reserve Facilities Nationwide inc. U.S. Territories
- Notice Date
- 3/10/2014
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008314R0011
- Response Due
- 3/28/2014
- Archive Date
- 9/30/2014
- Point of Contact
- Ken Seymour 847-688-2600 x 118 Chris Payton, 847-688-2600 x 117
- E-Mail Address
-
kenneth.d.seymour@navy.mil
(kenneth.d.seymour@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This presolicitation notice is being issued as a competitive 8(a) set aside for competition nationwide. This shall be a two-step design/build multiple award construction project. It is the intent and objective of the Government to use this solicitation to award Indefinite Delivery/Indefinite Quantity (ID/IQ) Design/Build Multiple Award Construction Contracts (DB MACC) for projects requiring new construction, design, renovation, alternation, and maintenance with some design capability for Marine Forces Reserve Corps facilities nationwide, including U.S. territories. The contract vehicle shall be for a base period of one year, with four (4) option periods of one year each. The length of the contract vehicle shall not exceed 5 years. The NAICS Code for this proposed procurement is 236220 and the annual size standard is $33.5 million. The price range for the contract vehicle as a whole is not to exceed $10 million per year; the base and four (4) options total awarded dollar value shall not exceed $50 million. This presolicitation notice is for Phase I. Phase I of this procurement will result in a narrowing of offerors based on Phase I evaluation factors. Upon determination of the contractors advancing to Phase II, those offerors will receive a Request for Proposal (RFP). The estimated price range for the seed project in Phase II is between $350,000 and $450,000. The successful proposer will be required to validate the design against the RFP requirements and accept design responsibility (i.e. sign and seal design drawings and specifications by registered professional engineers and architects). These is a minimum guarantee of $10,000.00 associated with this contract vehicle, which shall be deobligated when a proposer has met or exceeded this amount in cumulative task order awards. The Government reserves the right to add vendors within the same set-aside via on-ramp procedures at any time during the life of the contract. This proposed solicitation is an 8(a) set-aside for nationwide consideration. A seed project will be identified in Phase II.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008314R0011/listing.html)
- Record
- SN03306688-W 20140312/140310235103-c824798c54be169d751b5acf3063f0e3 (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 |