MODIFICATION
Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract
- Notice Date
- 3/21/2005
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
- ZIP Code
- 60088-5600
- Solicitation Number
- N40083-05-R-4009
- Response Due
- 4/22/2005
- Archive Date
- 5/7/2005
- Point of Contact
- Traci Pichler, Contract Specialist, Phone 847-688-2600x164, Fax 847-688-6567, - Traci Pichler, Contract Specialist, Phone 847-688-2600x164, Fax 847-688-6567,
- E-Mail Address
-
traci.pichler@navy.mil, traci.pichler@navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- Solicitation: This solicitation will result in the award of one Indefinite Delivery / Indefinite Quantity (IDIQ) contract to the 8(a) contractor who submits the most advantageous, responsive and responsible proposal providing the best value to the Government. As directed by the Small Business Administration (SBA), THIS SOLICITATION IS LIMITED TO 8(a) FIRMS SERVING THE SBA ILLINOIS DISTRICT OFFICE. The NAICS Code for work under this procurement is 236220. All other firms are deemed ineligible to submit offers. The project objective is to procure renovation, alteration, repair, construction and design/build capability by means of an IDIQ Design Build Multiple Award Construction Contract (DBMACC). Requirements for general building type projects include: administrative, training, dormitory, and community support type facilities. The preponderance of work in this contract will be maintenance and repair, with occasional new construction and some design capability required. Work will be performed at and within a 75-mile radius of the Naval Station, Great Lakes, Illinois. The contractor receiving the IDIQ Contract award will join the two existing DBMACC Contractors: Far East/Rasch Joint Venture and Pacific Construction Services to compete for task orders. Task orders placed on this contract may include 1) 100% design; 2) performance specifications; or 3) may require the contractor to do necessary design work. Orders will range in size from $100,000 to $3,000,000 and will be firm fixed price with specific completion dates. The use of liquidated damages will vary based on the requirements of each specific task order. Insurance and Performance and Payment Bonds will be required for all task orders, bid bonds may be required. The contract contains a base period from contract award to September 30, 2006 and one twelve-month option for a total maximum contract duration of thirty (30) months. The maximum dollar value for the base period is $15 million for ALL THREE DBMACC Contractors. The maximum dollar value for the option year, if awarded, is $10 million for ALL THREE Contractors. Thus, the total maximum contract value is $25 million for ALL THREE Contractors. The minimum value guaranteed the selected contractor is $10,000. The Government intends to evaluate and award without discussions, unless discussions are determined to be necessary. The Government additionally reserves the right to reject any or all offers at any time prior to award. SECTION 00202, ?EVALUATION FACTORS FOR AWARD?, DESCRIBES PROPOSAL REQUIREMENTS AND THE EVALUATION FACTORS USED TO SELECT THE PROPOSAL PROVIDING THE BEST VALUE TO THE GOVERNMENT. Contractors should direct ANY questions or requests for clarification to Traci Pichler, Contract Specialist, by April 8, 2005. Proposals are due by April 22, 2005; 2:00pm (SCT).
- Place of Performance
- Address: 201 Decatur Avenue, Bldg. 1A, Great Lakes, Illinois
- Zip Code: 60088-5600
- Country: USA
- Zip Code: 60088-5600
- Record
- SN00772693-W 20050323/050321212257 (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 |