Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2002 FBO #0068
SOLICITATION NOTICE

Y -- Two Phase Multiple Award Indefinite Quantity Task Order Contract for the area of responsibility of Key West, FL

Notice Date
2/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0318
 
Response Due
3/11/2002
 
Point of Contact
Susie Conner, Contract Specialist, Phone 843-820-5979, Fax 843-818-6865, - Larry Fisk, Contract Specialist, Phone 843-820-5780, Fax 843-820-6874,
 
E-Mail Address
connerms@efdsouth.navfac.navy.mil, fisklr@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED FOR ONE SOLICITATION RESULTING IN THE AWARD OF UP TO FIVE INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACTS. TWO OF THE CONTRACTS ARE INTENDED TO BE SET ASIDE FOR 8(A) FIRMS, AND THE OTHER THREE ARE INTENDED TO BE UNRESTRICTED. This SIC Code for this Solicitation is 23332: Commercial & Institutional Building Construction. The Size Standard is $27,500,000. The scope of work for this contract will primarily be new construction, roofing, demolition, routine renovation and repair of facilities and infrastructure including: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and PCBs), for the Area of Responsibility (AOR) of ROICC Key West, FL. Each contract will be for one base year with three one-year options. The total 4 year (base year and 3 option years) estimated construction costs for all of the IDIQ contracts is NTE $30,000,000. Construction schedules will be determined for each project at the issuance of each task order. The anticipated construction cost for each task order is between $100,000 and $3,000,000. NOTE: No design build Task Orders $1,000,000 or over will be issued under these contracts until after 25 June 2003. The only Task Orders to be issued up to 25 June 2003 will be 100% Plans and Specs, Task Orders where the scope is developed by on-site visits and design build projects less than $1,000,000. The Government will award up to five contracts resulting from this solicitation to the five responsible proposers whose proposals conforming to the solicitations will be ?BEST VALUE? to the Government, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Phase I of the procurement will result in a narrowing of Offerors? to a maximum of seven (7) firms based on Phase I evaluation factors that include FACTOR A: Past Performance, (1) Design Team, (2) Construction Team; FACTOR B: Small Business Subcontracting Effort, FACTOR C: Technical Qualifications, (1) Design Team and FACTOR D: Management Approach. A maximum of seven (7) firms will be selected to submit Technical and Price proposals in Phase II. Phase II Qualified Proposers will be evaluated on: FACTOR A: Past Performance (same as Phase I unless conditions change); FACTOR B: Small Business Subcontracting Effort, FACTOR C: Technical qualification (Construction Team) (same as Phase I unless conditions change); and FACTOR D: Technical Solutions. Proposers in Phase II will also be evaluated on two seed projects: (1) Roof Replacement of A-1004 Telecommunications Building, NAS, Key West, FL and (2) C-1 Renovate and Relocate Sigsbee and Truman PW Shops, Key West, FL. Offerors proceeding to Phase II will be required to submit technical and price proposals for each seed project. Offerors who fail to submit technical and price proposals in Phase II for both seed projects will not be considered for an award. The Government reserves the right to award the two seed projects separately to two offerors or combined to one offeror. The Government will award seed projects based on the most advantageous combination of price and technical factors that result in the overall best value award to the Government. The award of a funded seed project satisfied the requirement of a greater than nominal quantity for contract award. A minimum guarantee of $50,000 will be consideration fro the award of the IDIQ contract(s0 without a seed project. The minimum guarantee can be met with one or more task orders over the four year contract term for those offeror(s) who were not awarded seed project(s). If discussions are required, they will be conducted with each offeror in the competitive range. After award of the initial contracts, successful contractors will compete for task orders based on either best value using the trade off process or low price technically acceptable to the Government. Construction schedules will be determined fro each project at the issuance of each task order. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposers submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. Proposers 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 on the most favorable terms. Proposers should not assume they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. Firms submitting technical and price proposals will not be compensated for specifications or documentation. The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 6 February 2002. Phase II will be issued at a later date. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective offerors must register themselves on the web site. The official planholders list will be maintained and can be printed from the web. Amendment 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 THIS SOLICITATION. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. For inquiries about proposals due or number of amendments issued, contact Susie Conner at 743-7575 ext 5443. Technical Inquiries must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to 843-818-6865, Attn: Susie Conner, ACQ14SC or sent by email to connerms@efdsouth.navfac.navy.mil.
 
Place of Performance
Address: AOR Key West, FL
Zip Code: 33040-9018
Country: USA
 
Record
SN00023522-W 20020208/020206213354 (fbodaily.com)
 
Source
FedBizOpps.gov 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.