PRESOLICITATION NOTICE
Z -- Multiple Award Construction Contract (MACC)
- Notice Date
- 12/13/2001
- Notice Type
- Presolicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Pensacola, 520 Turner Street Building 746, Pensacola, FL, 32508
- ZIP Code
- 32508
- Solicitation Number
- N62467-01-R-3130
- Response Due
- 2/28/2002
- Point of Contact
- Alice Oberhausen, Contracting Officer, Phone 850-452-4616 x-146, Fax 850-452-4505, - Betty Anderson, Contracting Officer, Phone 850-452-4616 x-122, Fax 850-452-9398,
- E-Mail Address
-
oberhausenal@efdsouth.navfac.navy.mil, andersonbj@efdsouth.navfac.navy.mil
- Small Business Set-Aside
- Partial Small Disadvantage Business
- Description
- DESCRIPTION: THIS SOLICITATION IS HEREBY ISSUED AS A PARTIAL SET-ASIDE FOR ONE 8(A) FIRM WITH THE REMAINING PORTION AS UNRESTRICTED INVITING FULL AND OPEN COMPETITION. Offerors are advised that if sufficient qualified 8(A) firms apply, it is possible that all three contracts, or any combination of the three contracts, will be awarded to 8(A) firms. Phase I proposals are due 24 Jan 02. General Overview: This procurement is for one solicitation, structured as a Multiple Award Construction Contract (MACC) resulting in the award of three Indefinite Delivery/Indefinite Quantity (IDIQ) construction contracts with firm fixed price task orders. The solicitation will be issued as a two-phase procurement following procedures of FAR 36.3 and FAR Part 15 as a Best Value procurement. The work will primarily consist of General Construction, NAICS codes 233, 234, 235. The work will be concentrated at the following locations: NAS Pensacola Region (which includes NTTC Corry Station, Saufley Field and NAS Whiting Field, Milton, FL) and Naval Hospital, Pensacola. Work will also be performed at Naval Coastal Systems Command, Panama City, FL, Naval Reserve Centers in FL and AL and the Coast Guard Station at Mobile, AL. The total estimated value for all three contracts is $25,000,000 for the base year and all three option years. The anticipated range for each task order is between $25,000 and $2,000,000 with most task orders falling in the range of $50,000 - $1,000,000. After award of the initial contracts, the three successful offerors will compete for task orders based on either Best Value or Lowest Price, Technically Acceptable. The successful offerors will be encouraged to submit technical and price proposals on all future task orders. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offeror and are not directly reimbursable by the Government. Phase I of the procurement process is a narrowing phase to approximately 5-7 offerors based on the following factors: (A) Past Performance, (B) Technical Qualifications, (C) Scheduling and (D) Small Business Subcontracting Effort. Phase I factors relate to the base year and three options year IDIQ contract requirements for general building type projects including administrative, training, dormitory, and community support type facilities. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In phase II, the competitive field will be required to submit technical and price proposals for a seed project, Small Business Subcontracting Effort and other factors that define the quality of the construction. Price proposals will include total evaluated price, such as evaluation of modification mark-ups and overhead. The Best Value proposal for the seed project will be awarded the project and an IDIQ construction contract for the base year and three option years. SEED PROJECT: The seed project is for an Ultraviolet (UV) Disinfection System at the Wastewater Treatment Plant located at NAS Pensacola FL. The estimated price range for the seed project is between $250,000 - $500,000. IT IS THE INTENT OF THE GOVERNMENT TO AWARD THREE CONTRACTS. THE SEED PROJECT IDENTIFIED IN THIS SOLICITATION WILL BE AWARDED IN BEST VALUE FASHION, WITH THE REMAINING CONTRACTORS RECEIVING MINIMUM GUARANTEES IN THE AMOUNT OF $100,000 EACH. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR PROPOSAL PACKAGES. The Government reserves the right to reject any and all proposals at any time prior to award, to negotiate with any or all offerors, to award the contracts to other than the offeror submitting the lowest total price; and to award to the offerors submitting the proposals determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially providing the most favorable terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. To order plans and specifications: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 24 January 2002. To obtain the Phase I solicitation, offerors must register on the Internet at HYPERLINK "http://www.esol.navfac.navy.mil". Additional instructions will be provided on the web page. The official plan holder?s list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. For inquiries about proposals due or number of amendments issued, contact Ms. Alice Oberhausen at (850)452-4616 EXT 146. Technical inquiries must be submitted via Internet to Ms. Oberhausen at: HYPERLINK "mailto :oberhausenal@efdsouth.navfac.navy.mil". Any inquiry NOT submitted in writing will not receive a response. Inquiries should be submitted via Internet at least 10 days before proposals are due.
- Place of Performance
- Address: NAS Pensacola Region, Pensacola, FL, Naval Hospital Pensacola, Naval Coastal Systems Command, Panama City, FL, Naval Reserve Centers in FL and AL and the Coast Guard Station at Mobile, AL
- Zip Code: 32508-5225
- Country: USA
- Zip Code: 32508-5225
- Record
- SN20011213/00006357-011214104832 (fbodaily.com)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |