Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2001 FBO #0019
PRESOLICITATION NOTICE

Y -- OTHER HEAVY CONSTRUCTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)

Notice Date
12/19/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-01-R-6518
 
Response Due
2/19/2002
 
Point of Contact
Darlene Hendrickson, Contract Specialist, Phone 619-532-3065, Fax 619-532-4789, - vickie ball, contract specialist, Phone 6195321536, Fax 6195324789,
 
E-Mail Address
hendricksondh@efdsw.navfac.navy.mil, ballvb@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Notice of Total HUBZone Set-Aside (FAR 52.219-3) ALL QUESTIONS/INQUIRES MUST BE VIA EMAIL to Darlene Hendrickson at: hendricksondh@efdsw.navfac.navy.mil NO TELEPHONE QUESTIONS WILL BE ACCEPTED. The solicitation is being offered in electronic format only at www.esol.navfac.navy.mil . No hard copies will be provided. The solicitation consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the proposer(s) whose proposal(s), conforming to the RFP, will be most advantageous to the government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. The Government intends to evaluate proposals and award contract(s) without discussions therefore, OFFEROR?S INITIAL PROPOSALS SHOULD CONTAIN THE OFFEROR?S BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The Government reserves the right to award one contract only covering, the proposed Task Order 0001. The Government further reserves the right not to award the proposed Task Order 0001. This is an indefinite delivery indefinite quantity 9IDIA) contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will bed determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a firm fixed price basis. The work to be acquired under this solicitation falls under North American Industry Classification System (NAICS) 234990, All Other Construction. The annual size standard is $27.5 million. Work will consist of new construction, design-build for new construction, renovation, alteration, repair and associated work at various locations within Arizona, California, Nevada, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Type of work/projects may include, but is not limited to: Athletic Fields, Land Drainage, Flood Control, Land Clearing and Leveling, Reservoirs, Dams and Ponds, Parks, Golf Courses, Canals (fresh water), Outside Gun/Rifle Shooting Ranges, Tennis Courts, Sewage/Wastewater Treatment Plant, Parks, Irrigation and Landscaping. In support of design-build strategies, each offeror shall employ the services of an architect/engineering design firm experienced in the coordination of multi-discipline architectural/engineering design efforts in all aspects of new and renovation of various types of facilities. Offerors may offer multiple lead design firms to satisfy a variety of project types projected to be awarded during the term of the contract. The Offeror and the Lead Design Firm(s) proposed for the basic contract will be evaluated as a team. Lead Design Firm(s) (A/Es), their subsidiaries and affiliates that were involved at the RFP or design stage of a particular project may not be proposed or used on a task order for that project. The estimated maximum dollar value, including the base year and all options, is $30,000,000 for each contract awarded under this solicitation. The minimum guarantee is $25,000. The task order range is $2,000,000 - $7,000,000. Individual task orders/projects may also require incorporation of sustainable design features. Proposed Task Order 0001 includes all labor, materials and equipment necessary to construct a Field Park consisting of site walkways, security lighting, parking areas, playground equipment, bicycle racks, picnic tables, trash receptacles, basketball court, skateboard park, irrigation system, planting areas, turf, trees, curbs and gutters as well as other incidental repairs and repair of any damages to the site caused by the work of this Contract. The site is a relatively flat area, which is readily accessible without any obstructions. No work related to environmental remediation is required as the need for such work is not anticipated. Any environmental work requirement identified after award will be accomplished by modification to the Task Order. The Government will provide all utilities. Proposed Task Order 0001 may or may not be awarded through this contract or any other contract. The Government reserves the right, with sole discretion, subject to the availability of funds, to award proposed Task Order 0001 within 120 calendar days after Contract Award to the offeror submitting the best value proposal in response to the solicitation. After award of the initial contract(s) each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in FAR 16.505 (b)(2), Award factors will vary depending on the unique requirements for each task order and may be competed on the basis of price, best value or technically acceptable, low-price. Task orders may be performance oriented requiring minimal design, may occasionally be complex construction requiring design development for design-build, construction or a combination of both. Task Orders may not have traditional plans and specifications, but may include sketches, and requests for catalog cuts, and other submittals. In order to develop a mutually agreed upon Statement of Work, the salient requirements of the task order, will be scoped by the Government/Contractor Team. The awarded task order will be performance scoped, firm fixed price task with a specific completion date. Should any of the IDIQ Contractors be unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded a task order. If a contractor selects not to attend the site visit and submit a proposal, the contractor shall provide written notification to the Contracting Officer within two days, of receipt of either a written or oral scope of work. The only work authorized under this contract is work ordered by the Government through issuance of a Task Order. The Government makes no representation as to the number of Task Orders or actual amount of work to be ordered. A Pre-Proposal Conference will be scheduled, info. will be posted on the web site. Plans and Specifications will be posted to the web site shown above on or about 17 January 2002 . Proposals are due no later than 19 February 2002. NO SITE VISIT IS SCHEDULED FOR THIS SOLICITATION. ALL OFFERORS SHALL BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER (CCR) PRIOR TO AWARD OF A DoD CONTRACT. FOR MORE INFORMATION SEE THE CCR WEB SITE at http://www.ccr.edi.disa. The official plan holder's list will not be faxed, it may be printed from the above website. IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. The response time set by FAR 5.203 will begin on the date of issuance of the solicitation. Note: Joint Venture offerors shall submit their joint venture agreements with their proposal. Offerors participating in teaming/partnership agreements for this procurement shall submit their teaming/partnership agreements with their proposal. Each agreement shall demonstrate the relationship between firms and identify contractual relationships and authorities to bind the firm/joint venture/team/partnership. The joint venture or teaming/partnership agreements will not be rated. However, they will be utilized as a reference tool in determining the validity of and or risk associated with this or any other factor in the offeror's proposal. The agreement will not count in the page limitation. Additionally, the name of each entity within a joint venture/teaming arrangement or partnership shall be shown in Block 14 of the Standard Form 1442 submitted with the proposal.
 
Record
SN20011221/00008646-011220090921 (fbodaily.com)
 

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.