Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SOLICITATION NOTICE

Z -- General Construction MACC Souda Bay

Notice Date
8/11/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC EURSWA FEAD NSA SOUDA Bay, PSC 814 Box 11, FPO AE, Mouzouras, Akrotiri, 09865-0061, Greece
 
ZIP Code
00000
 
Solicitation Number
N33191-15-R-0402
 
Point of Contact
Kim Kaiser, Phone: 302821021346
 
E-Mail Address
kim.kaiser@eu.navy.mil
(kim.kaiser@eu.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA), Souda Bay, Crete, Greece, plans to issue a single Best Value Solicitation that will result in approximately five (5) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contracts (MACC) for NSA Souda Bay's area of responsibility. The Government reserves the right to award less than or more than five (5), should it be deemed to be in the best interest of the Government to do so. The purpose of this procurement is to provide a contract vehicle for the multiple Sustainment, Restoration and Maintenance (SRM), Special Projects and Energy Construction Projects for FY 2015 through 2019, in the NAVFAC EURAFSWA Souda Bay Area of Responsibility. This notice does not constitute a request for proposal, request for quote, or an invitation for bid. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $48,000,000. There is no yearly or per-contractor limit except for the four-year maximum. Task orders will typically range between $500,000 and $5,000,000 however, task orders above or below these amounts may be considered if deemed to be in the Government's best interest. Task orders may require both design and construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. The contractors shall furnish all labor, management, supervision, tools, materials, equipment, incidental engineering and transportation, except otherwise specified herein, necessary to perform various renovation/repairs and demolition of facilities and other related infrastructure. The contractors will be provided plans and specifications to perform construction work, or may be required to provide a design for design-build work. In support of Design-Build task orders, MACC holders shall retain the services of professional Architect-Engineer (A-E) firms experienced with multi-disciplined architectural-engineering design efforts. This two-phase design-build procurement will utilize Best Value Source Selection using Trade-off procedures, requiring the submission of both non-price and price proposals. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N33191SB/N33191-15-R-0402/listing.html)
 
Place of Performance
Address: FEAD Souda Bay, American Base BLDG 54, Mouzouras Akrotiri, Crete, Greece
 
Record
SN03834448-W 20150813/150812001134-287bd306e683fb07c7ca64bd86d6cee0 (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.