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
MODIFICATION

Y -- 100% HubZone Set-Aside IDIQ Multiple Award Construction Contract for Construction and Design-Build for New Construction, Renovation/Revitilzation, Alteration and Repair at various locations

Notice Date
12/19/2001
 
Notice Type
Modification
 
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-6520
 
Response Due
2/7/2002
 
Archive Date
2/22/2002
 
Point of Contact
Lisa Crawford, Contract Specialist, Phone (619) 532-1261, Fax (619) 532-4789,
 
E-Mail Address
crawfordla@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
DESC: CONTRACT RESPONSE DATED CORRECTED TO SHOW 07 FEB 2002. FINAL NOTICE: This is an 100% HUBZone Set-Aside Competitive Procurement and is opened to HUBZone firms only. It consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposer(s) whose proposal(s), conforming to the Request for Proposal(s), will be most advantageous to the Government resulting in the Best Value, cost or price and other facts considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THE ONE SUBMITTING THE LOWEST PRICE. ADDITIONALLY, IT IS THE INTENT OF THE GOVERNMENT TO AWARD WITHOUT DISCUSSIONS. THEREFORE, THE OFFEROR'S INITIAL PROPOSAL SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. This is an indefinite delivery indefinite quantity (IDIQ) contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor(s). Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, design-build for new construction, renovation/revitalization/alteration and 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. Types of work/projects may include, but is not limited to: administrative and industrial facilities, whole house revitalization, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional building construction, manufacturing and industrial building construction, and other similar facilities. 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. The Government shall not coordinate the work for the Contractor. 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. 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 request 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 a performance scoped, firm fixed price task order 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 a 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 oral scope of work. The work to be acquired under this solicitation falls under North American Industry Classification System (NAICS) 233. The estimated maximum dollar value, including the base year and all options, is an aggregate of $150,000,000 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. The basic contract is for twelve months (or earlier as determined by the Contracting Officer after the contract maximum amount of $150,000,000 is ordered by the Government). The contract contains four (4) 12 month options for a total duration of 60 months or an aggregate value of $150,000,000 million whichever occurs first. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Selection for award will be based on evaluation of the following criteria as defined in the RFP: (1) Past performance of the Offeror's Team; (2) Technical Experience of Offeror's Team; (3) Price with price being based on proposed Task Order 0001. The proposed Task Order 0001 includes all labor, materials and equipment necessary to construct, complete and ready for use, a Housing Office and a Community Center in the San Diego area, within the funds available and according to a detailed construction design provided by the government. Work shall include a complete and useable project consisting of all necessary site improvements, structures and off-site facilities. The Government reserves the right not to award proposed Task Order 0001. Proposed Task Order 0001 may or may not be awarded through this contract or any other contract. The Government reserves the right to award only one contract only covering, proposed Task Order 0001. The Government, further, 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. A pre-proposal conference is scheduled for Wednesday, 16 January 2002 at 1:00 p.m. sharp. The conference will be held at Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, , San Diego, California. No site visit will be held for this procurement. THIS SOLICITATION IS BEING OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Plans and specifications will be posted to the web site at http://esol.navfac.navy,mil on or about 8 January 2002. ALL OFFERORS SHALL BE REGISTERED IN THE CENTRAL CONTRACTORS 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 IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE DAILY FOR ANY AND ALL AMENTMENTS TO THIS SOLICITATION. The response time set by FAR 5.203 will begin on the date of issuance of the solicitation. Proposals are due on Thursday, 7 February 2002 at 11:00 a.m. NOTE: Joint venture offerors shall submit their joint venture agreement with their proposal. Offerors participating in teaming/ partnership agreements for this procurement shall submit their teaming/partnership agreement with their proposal. Each agreement shall demonstrate the relationship between the firms and identify contractual relations and authorities of each firm/joint venture/team/partnership. The joint venture/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 and submitted with the proposal. For inquires contact Lisa Crawford at:: CrawfordLA@efdsw.navfac.navy.mill.
 
Place of Performance
Address: Arizona, California, Nevada and New Mexico. However, it is anticipated that the majority of the owrk will be performed in California.
 
Record
SN20011221/00008647-011220090922 (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.