Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2004 FBO #0986
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity Design-Build/Bid-Build Contracts for Activities in Various Locations World-Wide

Notice Date
11/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-04-R-0448
 
Response Due
1/8/2004
 
Point of Contact
Stephen Cannon, Contract Specialist, Phone 843-820-7037, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
stephen.l.cannon@navy.mil, shirley.shumer@navy.mil
 
Description
THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. It is the Governments intention to award a Multiple Award Construction Contract-MACC. This procurement is for one solicitation resulting in the award of up to four Indefinite Delivery-Indefinite Quantity Design-Build and-or Bid-Build Contracts. The Two Phase Design-Build Request for Proposal procedures will be utilized for this procurement. The work will primarily consist of general cathodic protection installation projects, new construction and repair of existing cathodic protection systems, including but not limited to impressed current cathodic protection systems and galvanic cathodic protection systems for activities worldwide. Work may also include corrosion control through the application of coatings, however this is only a minor portion of the anticipated work. This solicitation intends to award of up to four Indefinite Quantity Design-Build and-or Bid-Build Contracts with potential for firm fixed price task orders. The base period shall consist of 365 calendar days with up to four one-year option periods. The option years may be exercised by the Government during which separate Task Orders for projects may be issued. The estimated value for all four contracts is $15 million with a total maximum not-to-exceed amount of $25 million. Each contract will consist of a one base year with up to four option years. The anticipated range for each task order is between $50,000 and $500,000 with most task orders falling in the range of $150,000 to $300,000. The Government reserves the right to award up to four contracts under this solicitation or to award only one contract covering only the seed project identified under the solicitation. The Solicitation Number will be referred to as N62467-04-R-0448. There is no set maximum amount under each of the up to four 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, regardless of the number of contracts awarded, will not exceed the total amount of $25 million. After award of the initial contracts, only the successful offerors will compete for future task orders based on either Best Value to the Government or Lowest Price Technically Acceptable. The successful offerors will be encouraged to submit technical and price proposals on all future task orders. The Government intends for all MACC contractors to actively participate and submit proposals on each task order. Failure to participate may result in the Government exercising its right NOT to award an option period. Participation in the pre-proposal conference and site visits for future task orders will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require multi-disciplined design services. Projects will also require incorporation of sustainable features. Multiple design teams may be proposed to satisfy a variety of projects to be awarded during the term of this contract. Professional registration or certification is required in the state where the projects are located as needed to obtain construction environmental permits and to comply with agency regulations. Phase I of the procurement process is a narrowing phase to 3 to 7 offerors Design-Build and-or Bid-Build teams based on Design-Build and-or Bid-Build factors that Qualifications, including proposed subcontractors, Management include: Past Performance, Technical Approach, and Small Business Subcontracting Effort. Phase I Design-Build and-or Bid-Build factors relate to the FIVE year IDIQ contract requirements for general cathodic protection type projects including, new construction and renovations, but not limited to particular facilities such as petroleum, oil and lubricant-POL-facilities; waterfront structures; utility systems-water, natural gas, steam, etc.; or other areas where cathodic protection and corrosion control is applied. Work may also include minor construction or repair of government facilities and utilities such as POL piping systems, fuel storage tanks and utility systems. Work may also include performing cathodic protection surveys-structure to electrolyte potential surveys-close interval surveys, etcor American Petroleum Institute-API-inspections-API 570, API 610, etc.; or general preventative maintenance work-painting, grading, etc.-on projects other than the seed project identified in Part 4 of Section 00150 of the RFP for activities located world-wide. Although the work will not be primarily in one location, locations of task orders in the first contract year will likely be: Fleet Industrial Support Center-FISC, Pearl Harbor, HA; NAS Oceana, VA; Air Reserve Station Willow Grove, PA; and Various Locations in Japan and South Korea. Only those offerors selected in Phase I may participate in the Phase II process. Also, the Government may not release the names of the Phase II firms selected to compete. In Phase II, the Government will require the competitive field to submit a technical and price proposal for a SEED project. The Phase II technical proposal will evaluate the management approach and project plan; Small Business Subcontracting Effort; will require preparation of a limited design solution, and other factors that define the quality of construction and cost. Cost and Price proposal may include total cost or evaluation of scope-design options within the Government’s published budget for award. The offeror with the best value proposal, for each seed project, if there is more than one, will be awarded the seed project under one of the IDIQ design-build contracts. An offeror may be awarded more than one of the seed project-s. It is anticipated the offeror-s awarded the seed project-s will meet the minimum guarantee amount. A minimum guarantee of $50,000 will be consideration for the award of the other IDIQ contract-s. The minimum guarantee may be payable only if the offeror-s are awarded no task orders over the term of their contract. 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. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 5 December 2003. Phase I proposals will be due around 8 January 2004. PHASE II WILL BE ISSUED AT A LATER DATE. Both Phase I and Phase II, 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 planholders list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For inquiries about proposals due or number of amendments issued, contact Ms. Shirley Shumer at 843-820-5923. Technical inquiries MUST be submitted in writing 15 days before proposals are due to the address listed above, or email to Mr. Stephen L. Cannon at Stephen.L.Cannon@navy.mil. The NAICS Code for this procurement is 23819: Other Foundation, Structure, and Building Exterior Contractors. The Standard Size is $12M. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-04-R-0448/listing.html)
 
Place of Performance
Address: For Activities in Various Locations World-Wide
 
Record
SN00639197-F 20040808/040806220211 (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.