Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2014 FBO #4555
MODIFICATION

Z -- DB MACC NAVFAC MIDWEST - Solicitation 1

Notice Date
5/13/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC MIDWEST PWD GREAT LAKES FEAD, 2625 Ray Street, Bldg 2016, Great Lakes, Illinois, 60088, United States
 
ZIP Code
60088
 
Solicitation Number
N40083-14-R-3212
 
Response Due
6/12/2014 12:00:00 PM
 
Archive Date
6/27/2014
 
Point of Contact
Mary E. Rankin, Phone: 8476885395, Belinda D Trout, Phone: 847-688-5935 x214
 
E-Mail Address
mary.rankin1@navy.mil, belinda.trout@navy.mil
(mary.rankin1@navy.mil, belinda.trout@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment E - PPI Attachment B - PPQ Attachment A - Const/Design Exp Project Form RFP SF1442 IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) 6.204, THIS OPPORTUNITY IS 100% SET ASIDE FOR 8(A) FIRMS WITH COMPETITION LIMITED TO 8(a) FIRMS SERVICED BY THE SMALL BUSINESS ADMINISTRATION (SBA) DISTRICT OFFICES LOCATED WITHIN THE GEOGRAPHICAL AREA THAT INCLUDES ILLINOIS, INDIANA, KENTUCKY, MICHIGAN, OHIO, AND WISCONSIN, AND OTHER 8(a) CONSTRUCTION FIRMS WITH A BONIFIDE PLACE OF BUSINESS WITHIN THE GEOGRAPHICAL COMPETITIVE AREA, HAVING THE ASSIGNED NAICS CODE OF 236220. ALL OTHER 8(a) BUSINESS DEVELOPMENT PARTICIPANTS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS. THIS REQUEST FOR PROPOSAL (RFP) IS ISSUED AS A TWO-PHASE DESIGN BUILD PROCUREMENT. THE TIME AND DATE SET FORTH ARE FOR RECEIPT OF PROPOSALS FOR PHASE I ONLY. PHASE II WILL INCLUDE THE "SEED PROJECT" FOR PRICING AND WILL BE ISSUED BY AMENDMENT ONLY TO THE SUCCESSFUL OFFERORS FROM PHASE I DETERMINED TO BE THE MOST HIGHLY QUALIFIED. REQUEST FOR PROPOSAL NO.: N40083-14-R-3212 PROPOSAL DUE DATE: Thursday, June 12, 2014 by 12:00 PM (NOON) Central Daylight Time (CDT). PROJECT TITLE: Indefinite Delivery/Indefinite Quantity Design Build Multiple Award Construction Contract NAVFAC MW PRE-PROPOSAL INQUIRIES: Inquiries and questions concerning this RFP shall be submitted in writing electronically to the Contract Specialist using the Pre-Proposal Inquiry (PPI) form provided as Attachment E of the this solicitation. Please ensure that the PPI form is returned as an Excel spreadsheet, not as a.pdf. All PPIs must be received no later than 12:00 PM CDT, Monday, June 2, 2014 in order to permit adequate time for the Government's response. It is the offeror's responsibility to verify that PPIs have been received by the Government. E-mail your questions to the attention of: Ms. Mary Beth Rankin, Contract Specialist ( mary.rankin1@navy.mil ) PROPOSALS SHALL BE SUBMITTED TO: NAVFAC MIDWEST PWD Great Lakes ATTN: Ms. Mary Beth Rankin 2625 Ray Street, Building 2016 Great Lakes, IL 60088 This RFP is for an Indefinite Delivery Indefinite Quantity Design Build Multiple Award Construction Contract (IDIQ DB MACC) for construction services at Naval Station, Great Lakes, Illinois and Department of Defense facilities within a 450 mile radius of Naval Station, Great Lakes, IL. The government anticipates awarding a maximum of six IDIQ contracts under the DB MACC. The maximum value of all of the orders that may be placed during all of the ordering periods under all of the contracts awarded is $50,000,000. The minimum guaranteed amount is $5,000 to each contractor. Only the base period of the contract will offer a minimum guarantee. The work includes providing all labor, material, equipment, transportation, supervision and management required to perform all work associated with new construction, renovation, alteration, repair, and design/build capability at Naval Station, Great Lakes, Illinois and Department of Defense facilities within a 450-mile radius of Naval Station, Great Lakes. As stated, the capabilities that will be required for this contract include design/build competencies. However, task order RFPs may also be issued with a government provided design. In addition, some projects may require the contractors to prepare LEED qualified designs. This procurement consists of two phases. Phase I of the procurement is a narrowing phase in order to reduce the total proposals to be evaluated to a maximum of eight (8) offerors based on evaluation factors that include Technical Approach, Experience, Past Performance, and Safety. Only those highly qualified offerors selected in Phase I whose proposals conform to the RFP and are determined to be the most advantageous to the Government and resulting in the best value will be allowed to proceed to Phase II. In Phase II, offerors will be required to submit technical and price proposals for the initial seed project that will be funded at the time of award and will satisfy the minimum guarantee. The other selected offerors will each receive a guaranteed minimum of $5,000, funded on individual task orders. Offerors are advised that selection of Phase I and/or an award may be made in Phase II without discussions or without any contact concerning the proposal received. Along with award of the basic contracts, the initial (seed) project is planned to be awarded as the first task order. The seed project has a projected cost of $5.7 million and will provide miscellaneous repairs and upgrades to adapt the MCRC Building 3200 to augment the MCRC's ability to support the effective and efficient training for the assigned Marine Units. The project will conform to anti-terrorism/force protection standards and follow LEED and Federal Energy Acts compliance criteria for design, development, and construction of the project. The complete Statement of Work (SOW) for the seed project will be included in Phase II of this solicitation. The Government intends to issue a task order to obligate the contract minimum guarantee of $5,000 to each successful contractor. No minimum guarantees apply to the option periods. The task order to obligate the minimum guarantee will be issued concurrently with the award of the basic contract. Contractors may not invoice against this task order unless they have not been awarded a new task order within the base period. Once the contractor receives a task order which exceeds the minimum guarantee amount, the minimum guarantee task order will be modified to de-obligate the funds from the task order. Offerors can view and/or download the Phase I solicitation and all attachments at FedBizOpps ( www.fbo.gov ). The official plan holders list will be created by interested offerors registering in FedBizOpps and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the only method for distributing amendments. Therefore, it is the offerors' responsibility to check the website periodically for any amendments to this solicitation. IMPORTANT NOTICE: All contractors submitting proposals on Department of Defense solicitations must be registered in System for Award Management (SAM) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities, and financial information to the Government. The SAM website can be accessed at https://www.sam.gov. For inquiries about the proposal, please contact Ms. Mary Beth Rankin by e-mail: mary.rankin1@navy.mil or telephone at (847) 688-5395, Ext. 248. Alternate contact is Belinda Trout at Belinda.trout@navy.mil or telephone (847) 688-5395, Ext. 214.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N40083-14-R-3212/listing.html)
 
Place of Performance
Address: NAVFAC MIDWEST PWD, 2625 RAY STREET, BUILDING 2016, NAVAL STATION, GREAT LAKES, IL 60088, GREAT LAKES, Illinois, 60088, United States
Zip Code: 60088
 
Record
SN03365377-W 20140515/140514022236-c948733127760183a54992179686e68c (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.