Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract for Maine, New Hampshire and Vermont

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-03-R-0041
 
Archive Date
6/6/2003
 
Point of Contact
Pat Ring, Contract Specialist, Phone 610-595-0532, Fax 610-595-0644, - Pat Ring, Contract Specialist, Phone 610-595-0532, Fax 610-595-0644,
 
E-Mail Address
ringpa@efane.navfac.navy.mil, ringpa@efane.navfac.navy.mil
 
Description
This procurement is for a Multiple Award Construction Contract (MACC). This procurement is unrestricted and is subject to Federal Acquisition Regulation clause FAR 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns. It is the Government?s intent to award up to five (5) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The scope of work shall include new construction, alterations, renovations, maintenance, repairs and demolition and the ability to do design build projects. Future projects may include asbestos/lead based paint removal, proprietary items and options. A significant number of design build or performance based task orders may be placed under the resultant contracts. The subsequent task order ranges will generally be between $25,000.00 and $1.7 million. The work will be primarily located in Maine, Vermont and New Hampshire but may extend beyond into neighboring states. The maximum value of these contracts will be $30 million aggregate over the 5 year life of the contract. There is no set maximum amount under each of the up to five contracts that may be awarded as a result of this solicitation other than that the total amount for all task orders issued during the five year term will not exceed $30 million. Per the Debt Collections Improvement Act of 1996, The Defense Federal Acquisition Regulation Supplement (DFAR) requires all contractors to register in the Department of Defense (DOD) Central Contract Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the web site at http://www.ccr.dlsc.dla.mil. The solicitation will contain a seed project upon which evaluation of proposals will be based. The North American Industry Classification System (NAICS) code for the seed project is 233320 and the Standard is $27.5 million. The seed project (NASB C3-02) is a full design for new construction of a Military Working Dog Kennel at Naval Air Station, Brunswick, ME to accommodate up to eight dogs. The dog kennel will be an enclosed building including spaces for kennel compartments, food preparation, work/treatment area, storage, and mechanical room is to be provided. The construction is to consist of a wood framed building with a reinforced concrete foundation and slab on grade. The exterior walls are to consist of a concrete masonry block lower portion with wood stud wall framing above and standard metal siding. The roof is to be standing seam metal over wood rafters and/or wood trusses. The building is to be insulated. The kennel compartments are to be constructed of concrete masonry block, finished with a liquid glaze surface. The floors are to be concrete with a trowel finish and sealed. Incidental work includes provision of utilities connections and exterior fencing. Estimated construction cost of the seed project is between $250,000.00 and $500,000.00. A bid guarantee in the amount of 20% of the seed project will be required with the submission of proposals. Subsequent task orders valued over $100,000.00 will require separate bid guarantees and payment and performance bonds. Task orders valued over $25,000.00 and less $100,000.00 will require an alternate payment protection. A pre-proposal conference/site visit is planned at NAS, Brunswick, ME. The place, time, date and instructions for attending will be contained in the solicitation package. Participation in the pre-proposal conference/site visit, including those for future task orders, will be the responsibility of the offerors and are not reimbursable by the Government. Best Value Source Selection Procedures will be utilized for this procurement. This solicitation as issued will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. Proposals shall be evaluated on the following factors: 1)Relevant Past Performance; 2)Management Approach; 3)Technical Experience, Expertise, and Qualifications; 4)Safety; 5)Commitment to Small Business and 6)Price. Awards for each of the up to 5 MACC contracts will be selected on best value procedures. The seed project will be awarded to one of the up (5) five successful contractors whose offer is determined to be the most advantageous to the Government, price and other factors considered. It is anticipated the offeror awarded the seed project will meet the minimum guaranteed amount. Each awardee that does not receive award of the seed project will receive a minimum guarantee of $5,000. Separate Task Orders will be issued for each project placed under the MACC. Subsequent task orders will be competed only among the up to five successful contractors unless successful competition is not achieved. Award of each subsequent task order may be based on either Best Value to the Government or low price. The Government reserves the right to solicit one contractor for a task order to enable minimum guarantee to be met on their contract. Task orders may require multi-disciplined design services in all aspects of structural construction for new and renovation projects. All key professional disciplines shall be registered. The estimated date for issuance of the Request for Proposals is April 7, 2003. The initial solicitation will not contain the detailed plans and specifications for the seed project, however, will contain all information required for offerors to submit their technical proposals. It will also state a date that technical proposals are due. Offerors must submit their Technical proposals by the date specified in order to be considered in this MACC contract. An Amendment will later be issued incorporating the plans and specifications of the seed project for offerors to submit a price. Prices for the seed project from offerors who did not submit their technical proposal by the due date cited in the solicitation will not be evaluated. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium. Plans and specifications will not be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the internet is: www.esol.navfac.navy.mil. You must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, when the Request for Proposals package becomes available, you will receive an e-mail informing you the RFP Package is available for downloading. An official Planholders list will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the internet. It is therefore the contractor?s responsibility to check the internet site daily for any posted changes to the solicitation. For technical questions concerning the project email to ringpa@efane.navfac.navy.mil.
 
Place of Performance
Address: Maine
Country: USA
 
Record
SN00278972-W 20030315/030313213848 (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.