Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

99 -- MULTIPLE AWARD IDIQ CONSTRUCTION CONTRACT FOR THE U.S. NAVY PUBLIC WORKS CENTER, JAPAN

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, OICC Far East, Yokosuka Naval Base, Building 1828 Tomari-cho, Yokosuka, AP, 238-0001
 
ZIP Code
00000
 
Solicitation Number
N62836-04-R-0118
 
Response Due
7/30/2004
 
Point of Contact
Toshiki Hisasue, Contract Specialist, Phone 81-61-043-4097, Fax 81-468-25-9331, - Faybein Moy, Contracting Officer, Phone 011-81-46-816-7669, Fax 011-81-46-825-9331,
 
E-Mail Address
hisasuet@pwcyoko.navy.mil, moyfm@pwcyoko.navy.mil
 
Description
This Solicitation is being advertised on an "UNRESTRICTED" basis inviting full and open competition. This procurement is for one solicitation resulting in the award of a maximum of seven (7) Indefinite Delivery/Indefinite Quantity (IDIQ) Multi Trade Construction Contracts for U.S. Fleet Activities, Yokosuka and Yokohama Detachment including Tsurumi, North Dock, Negishi, Koshiba, Hakozaki, Urago, Ikego and Nagai, and the New Sanno, U.S. Forces Center, Tokyo, U.S. Marin Corps Base, Camp Fuji, Gotemba; and U.S. Naval Air Facility, Atsugi Japan. A maximum of seven contracts will be awarded with a seed project. Each contract will be for a term of 3 years consisting of one base year with two, one-year options. The anticipated workload is $500,000 to $4,000,000 per contract over the life of all contracts and the total three (3) year maximum combined value of all contracts will not exceed $12,000,000. The anticipated construction cost for each task order is between approximately $2,000 and $125,000. This range is for information purposes only and may vary. These contracts will be awarded to the offerors submitting a proposal considered in the best interest of the Government using the best value continuum trade-off process in a negotiated acquisition. The scope of work for task orders competed under these IDIQ contracts will primarily include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding and masonry. After award of the initial contracts, the successful contractors will compete for task orders based upon best value using either the trade off process or the lowest price technically acceptable source selection process. Each task order statement of work will be written based on a Government/Contractor Team cooperative scoping of the work. The following principle evaluation factors for this procurement are (1) Technical and (2) Price. Factor (1), Technical is more important than Factor (2), Price. Offerors will be evaluated on the following technical subfactors: SUBFACTOR 1, Past Performance; SUBFACTOR 2, Management and SUBFACTOR 3, Experience. Within Principal Factor (1) ?ETechnical, the following 3 subfactors are established in order of descending importance. Subfactor 1 is significantly more important than Subfactor 2. Subfactor 2 is significantly more important than Subfactor 3. Price will also be evaluated. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contracts to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. The seven seed projects for this procurement action will be identified in an amendment to this solicitation. Offerors are advised that the Government intends to evaluate proposals and award without discussions. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume that 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 for specifications. The Government intends to issue the RFP on the WEB only. The solicitation will be issued on or about 30 June 2004, with a proposal due date of 30 July 2004. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil Prospective offerors must register on the web site. The official plan holder list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments. If you register for this solicitation, you will receive a courtesy email notifying you of all amendments for this solicitation posted to this web site.
 
Place of Performance
Address: The U.S. Navy Fleet Activities Yokosuka, Japan
Country: JAPAN
 
Record
SN00603834-W 20040617/040615212213 (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.