Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2003 FBO #0554
SOLICITATION NOTICE

Z -- INDEFINITE QUANTITY (IQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR CONSTRUCTION, RENOVATION, ALTERATION AND REPAIRS ON GENERAL CONSTRUCTION PROJECTS AT THE MARINE CORPS AIR STATION, CHERRY POINT

Notice Date
6/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, ROICC Cherry Point, PCS Box 8006 CGMAS Cherry Point, Cherry Point, NC, 28533-0006
 
ZIP Code
28533-0006
 
Solicitation Number
N62470-03-R-0839
 
Response Due
7/17/2003
 
Archive Date
8/1/2003
 
Point of Contact
Marjorie Sadler, Contract Specialist, Phone 252-466-4531, Fax 252-466-3725, - Marsha Temple, Contract Specialist, Phone 252-466-4751, Fax 252-466-4746,
 
E-Mail Address
sadlermb@efdlant.navfac.navy.mil, templemg@efdlant.navfac.navy.mil
 
Description
This procurement is for one solicitation resulting in the award of up to six Indefinite Delivery Indefinite Quantity (IDIQ)Multiple Award Construction Contracts (MACC) to the responsible proposers whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. The Government reserves the right to award fewer than six contracts if sufficient number of acceptable proposals are not submitted to make awards. The Government may consider volume of work under these contracts when requesting bids for new projects in order to affect an equitable distribution of work. 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 proposer 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 AN AWARD MAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. The work will consist of new construction, additions, renovations, alterations and repairs to buildings and structures at Marine Corps Air Station, Cherry Point, North Carolina. Construction will include demolition, site work, concrete and masonry, carpentry, siding and roofing, doors and windows, interior and exterior finishes, mechanical and electrical work, and incidental related items. Projects assigned to the IDIQ contracts will use the Multiple Award Construction Contract (MACC) approach to scope and price the work. After award of the initial contract(s), up to six contractors, will compete for task orders based on best value, low price or low price technically acceptable to the Government. The work will consist of demolition, total renovation of the interior and exterior of existing buildings, including repair and replacement of the structural, mechanical, electrical, and communication systems. New construction and repair/renovation projects will require the following services; extensions to the existing high voltage electrical distribution system, extensions to the high pressure steam distribution system, extensions to the potable water distribution system, extensions to the sanitary sewer system, and additional storm water control systems. The contract scope may also require removal of asbestos containing materials, lead containing paint and incidental related work. Each contract will be for one base year with three one-year options. The total 4-year (base year and three option years) not-to-exceed amount for each contract is $30,000,000.00. Each contract has an annual value not to exceed $7,500,000.00. Construction schedules will be determined for each project at the issuance of each task order. The six best value contractors will be selected for the award of either the seed project or the award of one of the six contracts with a minimum guarantee of $10,000.00 to each successful offeror over the full term of the contract to include the option years. The first IDIQ construction contract of the six will be awarded with a firm-fixed price, 100% design as the seed project. This is a RFP, which requires submission of technical and price proposals. Evaluation of award will be based on technical factors including (A) Past Performance, (B) Management and Organization, and (C) Support for Small, Small Disadvantaged, and Women Owned Businesses. Management and Organization has subfactors which are: (1) Corporate Experience, (2) Quality Control and Key Personnel, (3) Safety and Health, and (4) Bonding Capability for projects of size and nature envisioned. Support for Small, Small Disadvantaged, and Women Owned Businesses has subfactors (1) Small Business Past Performance, and (2) Subcontracting Plan Effort. It will also be based on pricing full plans and specifications for the seed project, N62470-03-D-0839, Repair Base Ops, Building 199, Marine Corps Air Station, Cherry Point, North Carolina, which has an estimated cost range of $250,000.00 to $500,000.00. The work includes, in general terms, interior renovation of Debarkation and Check-In Rooms, mens' toilet (on 1st and 2nd levels), corridor (on 1st and 2nd levels) and stairs. The Best Value Contractor of the six IDIQ contracts will be awarded the seed project with the initial award. All six contractors will compete on subsequent task orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. Award factors will vary depending on the unique requirements for each task order, however, pricing will be weighted heavily. The awarded task order will be a firm-fixed price task with a specific completion date. Should the second, third, fourth, fifth, or sixth IDIQ Contractor be unable to competitively secure a task order to meet the minimum guarantee, award considerations may be modified in order to ensure each participating Contractor is awarded task orders meeting the minimum guarantee. All initial awarded Contractors will be required to participate in all MACC walk-throughs, if required, and submit proposals. Failure to participate responsibly in walk-throughs and failure to submit proposals on task orders may result in the Government not issuing additional task orders or exercising the option to extend the contract for an additional year. The contract will be awarded to the best value offeror in accordance with the requirements of FAR Part 15. Only the six selected Contractors will be permitted to propose on the task orders. Proposals from another Contractor will not be accepted. A minimum of two proposals will satisfy the competitive requirements of MACC and preclude the necessity of soliciting for a replacement contractor if for any reason one of the contracts is terminated or one of the proposers is not able to participate in the process. Failure to participate in the task order process may result in forfeiture of the minimum guarantee amount. Seed project is unrestricted with a NAICS of 236220 and size standard of $28,500,000. No public bid opening will be held. A subcontracting plan is required, if the contract is awarded to a large business. Plans and specifications will be available on or about 17 June 2003. The estimated date for receipt of offers is on or about 17 July 2003. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. It will be posted on the website at "http://esol.navfac.navy.mil".
 
Place of Performance
Address: Marine Corps Air Station, Cherry Point, North Carolina
Zip Code: 28533-0006
Country: USA
 
Record
SN00339784-W 20030606/030604213654 (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.