Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2003 FBO #0677
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract (MACC)

Notice Date
10/3/2003
 
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-D-0101
 
Response Due
11/3/2003
 
Archive Date
11/18/2003
 
Point of Contact
Irene Katacinski, Contract Specialist, Phone (610)595-0628, Fax (610)595-0671,
 
E-Mail Address
katacinskiih@efane.navfac.navy.mil
 
Description
This is a Pre-Solicitation Notice: This procurement is being issued as UNRESTRICTED and is therefore subject to Federal Acquisition Regular clause 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns. It is the government?s intention to award a Multiple Award Construction Contract (MACC). The MACC may include award of up to five (5) Indefinite Quantity contracts with firm-fixed price task orders to be placed thereunder. The scope of the work shall include new construction, alterations, renovations, maintenance, repairs and the ability to do design build projects. Projects may include asbestos/lead based paint removal, demolition, 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 $1 million and $10 million. The work will be concentrated in, but not limited to, Engineering Field Activity Northeast's 10 state area of responsibility, which includes Maine, New Hampshire, Rhode Island, Connecticut, Vermont, Massachusetts, New York, New Jersey, Pennsylvania and Delaware. It is intended to award up to five (5) separate Indefinite Quantity contracts encompassing a base period of 365 calendar days and three one year options which may be exercised by the Government during which separate Task Orders for projects will be placed. The Government reserves the right to award up to five contracts under this solicitation or to award only one contract covering only the seed project identified under the solicitation. The maximum value of each contract will be $100 million aggregate over the 4-year life of the contract. A set maximum amount will be established for each year which includes $35 million for the first year, $20 million for the second year, $25 million for the third year and $20 million for the fourth year. 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 four year term, regardless of the number of contracts awarded, will not exceed the total amount of $100 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.gov/. 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 Small Business Size Standard is $27.5 million. The seed project is for the Design and Construction of Bachelor Enlisted Quarters (BEQ), Naval Academy Prep School (NAPS), Naval Station Newport, Rhode Island. The estimated cost range is more than $10,000,000 for the seed project. The contracts will provide all engineering, design, and construction services as well as the requisite materials and equipment for the Bachelor Enlisted Quarters (BEQ), Naval Academy Prep School (NAPS). It shall be used for bachelor housing for students at the Naval Academy Prep School. It shall be a multi-story structural steel framed building consisting of a maximum total gross area of 7,110 square meters. The BEQ NAPS shall provide berthing for a minimum of 318 students in (80) 2+2 modules, however, the Contractor shall maximize the building space to provide as many 2+2 modules as possible within the allowable gross building area. Positive consideration will be given to those designs that exceed the 80-module minimum. A Navy 2+2 module includes two double-occupancy bedrooms, one closet per person, a shared bathroom, a shared head and two service areas. The following is a list of the major program components required: a) A minimum of 80 ? 2+2 Modules housing not less than 318 personnel; b) Common Building Areas including Quarterdeck/Main Entrance/Reception area with public handicapped-accessible unisex lavatory, circulation and corridors, stairs, elevators, laundry facilities, building utility room(s), Student Lounge, common-use computer and computer printer areas, learning/conference rooms (EI Rooms), Batallion mail area, Batallion vending area and supply storage areas (janitorial closets); c) Computer Server Room/IT Office/Computer Repair Room; d) Parking area for BEQ residents and visitors; e) Site improvements, including utilities, fire protection, data systems (telephone, LAN and cable TV). Site work includes pavements, utilities, and other related landscaping and anti-terrorism/force protection features. The latest environmentally friendly, energy efficient materials and building operation systems will be incorporated into the building design. It is anticipated that the seed project will include options and may include proprietary items. Future MACC task orders may include options and also proprietary items. A pre-proposal conference is planned at Naval Station, Newport, Rhode Island. The solicitation package will contain the exact date and time for this conference. Participation in the pre-proposal conference or, site visits for future task orders, will be the responsibility of the offerors and are not directly reimbursable by the Government. Two Phase design/build Source Selection procedures will be utilized for this procurement. This solicitation will be issued in two Phases and will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. In Phase 1, proposals may be evaluated on the following factors: 1) Relevant Past Performance; 2) Management Approach; 3) Technical Experience, Expertise, and Qualifications, 4) Commitment to Small Business Concerns and 5) Safety Record. In Phase 1 offerors may be required to provide information for both their construction team, as well as their design team for the above factors. Based on the evaluation of the Phase 1 proposals, the government will invite up to six (6) offerors judged best qualified for this MACC contract as well as for the Bachelor Enlisted Quarters (BEQ), Naval Academy Prep School (NAPS), Naval Station Newport, Rhode Island to continue in the selection process by participating in Phase-Two. Offerors selected to participate in Phase 2 will be provided the technical plans and specifications for the Bachelor Enlisted Quarters (BEQ), Naval Academy Prep School (NAPS), Naval Station Newport, Rhode Island. Evaluation of the Phase 2 proposals will be based on both Price and the Technical proposals. The seed project will also be evaluated as to price reasonableness. 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 $25,000. Separate Task Orders will be issued for each project placed under the MACC. The anticipated range for each task order will generally be between $1M and $10M. The government reserves the right to award additional Task Orders to other than the low bidder in order to ensure that each participating contractor is awarded task orders to meet the minimum contract guarantees. Subsequent Task Orders will be competed only among the up to five successful contractors. Award of each subsequent Task Order may be based on either Best Value to the Government or low priceTask 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. A Bid Bond (Standard Form 24) executed by a surety company holding a certificate of authority from the Secretary of the Treasury as an acceptable surety, or other security as provided in FAR Clause 52.228-1, "Bid Guarantee", will be required for the seed project and every project solicited under this contract. The contractors selected for award under this solicitation will be required to submit a bid bond with each bid/offer submitted during the term of the contract. Subsequent task orders will require payment and performance bonds. The estimated date that the Request for Proposal package will be available is 9 November 2003 and the estimated receipt of Phase I proposals date is 2:00 p.m. on 9 December 2003. 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: http://www.esol.navfac.navy.mil. Downloading from the Internet is free of charge, however, some plans and specifications will take a considerable amount of time to download. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (http://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 that the RFP package is available for downloading. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists 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 listed above daily for any posted changes to the solicitations plans and specifications. For technical questions concerning the project email to katacinskiih@efane.navfac.navy.mil.
 
Record
SN00447565-W 20031005/031003213207 (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.