Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2003 FBO #0746
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MACC FOR AIRFIELD PAVING

Notice Date
12/11/2003
 
Notice Type
Solicitation Notice
 
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
N68711-03-R-7064
 
Response Due
2/5/2004
 
Archive Date
2/20/2004
 
Point of Contact
Amy Jeli, Contract Specialist, Phone 619-532-3671, Fax 619-532-4789, - Laura Smith, Contract Specialist, Phone 6195323083, Fax 6195324789,
 
E-Mail Address
amy.jeli@navy.mil, Laura.J.Smith@navy.mil
 
Description
FINAL NOTICE: This procurement is being advertised on an unrestricted basis inviting full and open competition and Offerors whose preponderance of work is in the area of airfield paving and heavy duty paving such as runways, taxiways, and parking aprons, etc, are highly desirable. The procurement 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 (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THE ONE SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS BEST TERM. 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, repair, and renovation by design-build or (to a lesser extent by design-bid-build) of airfield paving and heavy duty paving for military operational vehicles at various locations within Arizona, California, Nevada, and New Mexico. However, it is anticipated that the majority of the work will be performed in Southern California. Types of projects may include, but is not limited to: runways, taxiways, aircraft parking aprons, landing craft parking, and parking for other heavy operational military equipment and incidental work relating thereto. In support of design-build strategies, each offeror shall possess in-house capabilities or employ the services of a Lead Design Firm (A-E) experienced in the design development and coordination of projects within the scope of this contract. Offerors may offer multiple design teams to satisfy a variety of project types projected to be awarded during the term of the contract(s). The Offeror and the proposed Lead Design Firms(s) for the basic contract(s) will be evaluated as a team however, more weight will be given to the Offeror?s projects submitted for evaluation than those submitted by the Lead Design Firm. Lead Design Firm(s) (A-E), their subsidiaries and affiliates that are involved at the RFP or design stage of a particular project will not be allowed to propose or be 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. 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 $50,000,000 is ordered by the Government). The contract contains four (4) 12-month options for a total duration of 60 months. The estimated maximum dollar value, including the base year and all four-option periods is $50,000,000 per contract award. The minimum guarantee is $25,000. The task order range is $500,000 - $15,000,000. 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 and Offeror's Team; (2) Support for Small Business; (3) Experience of Offeror and Offeror?s Team; (4) Technical Approach/Key Personnel/Bonding Capacity; (5) Price based on proposed Task Order 0001. The proposed Task Order 0001 includes all labor, materials and equipment necessary for the construction of a new Helicopter Outlying Landing Field at a Military Facility in San Diego County, 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, etc. The recommended subcontracting goals for the contract value (base and all options periods are as follows: Women-Owned Small Business ? 8%; Small Disadvantaged Business - 10%; HUBZone Small Business ? 3%; Veteran-Owned Small Business ? 3%; Service Disabled Veteran Owned Small Business ? 3%; Utilization of Locally Owned Small Business (for work in remote locations) ? 1%; Other Small Business ? 18%; Total Small Business ? 46%. Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. 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 15 January 2004 at 9:00 a.m. sharp. The conference will be held in the Blue Room at Naval Facilities Engineering Command, EFD Southwest, 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 06 January 2004. Prospective offerors MUST register themselves on the website. Plan holders list will not be faxed and will be available only at the Internet website address listed above. 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 05 February 2004 at 11:00 a.m. NOTE (1): Notice of Price Evaluation Preference for HUBZone Small Business (FAR 52-219-4). NOTE (2): 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. Joint Venture Agreements are not part of an Offeror?s technical proposal and will not be evaluated and rated as such. They will however, be considered in assessing an Offeror?s responsibility. Although not part of an Offeror?s technical proposal, any joint venture agreement may be reviewed for consistency with that proposal; representations and statements made in an Offeror?s technical proposal concerning its qualifications and abilities to perform the contract may be evaluated in light of the joint venture arrangement described in the Joint Venture Agreement. 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 Amy Jeli at (619) 532-3671 or amy.jeli@navy.mil; or Laura Smith at (619) 532-3083 or Laura.J.Smith@navy.mil. NOTE (3): 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.gov/. NOTE (4): A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100 Report, Federal Contractor Veterans? Employment Report (VETS ?100 Report) if subjected to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information and follow-up assistance is proved at VETS?100 Internet site at http://vets100.cudenver.edu/ employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at mailto: helpdesk@vets100.com.
 
Place of Performance
Address: Various locations within the Southwest Division area of responsibility, including but not limited to, Arizona, California, Nevada, and New Mexico. However, it is anticipated that the majority of the work will be performed in Southern California.
Country: United States
 
Record
SN00488141-W 20031213/031211212422 (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.