Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2005 FBO #1226
SOLICITATION NOTICE

Y -- CIVIL & ARCHITECTURAL DESIGN-BUILD MULTIPLE AWARD CONSTRUCTION CONTRACT for VARIOUS CLIENTS KANTO PLAINS OPERATIONAL AREA, JAPAN

Notice Date
4/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Far East, Yokosuka Naval Base, Building 1828 Tomari-cho, Yokosuka, AP, 238-0001
 
ZIP Code
00000
 
Solicitation Number
N40084-05-R-0142
 
Response Due
5/31/2005
 
Archive Date
6/15/2005
 
Description
This procurement is ?UNRESTRICTED?Ewith the intent to award a minimum of two firm-fixed price, multiple award, indefinite delivery/indefinite quantity type contracts Civil & Architectural Design?Build Multiple Award Construction Contract for Various Clients Kanto Plains Operational Area, Japan. The work shall be located at the U.S. Fleet Activities, Yokosuka and Yokohama Detachment including Tsurumi, North Dock, Negishi, Koshiba, Hakozaki, Urago, Ikego and Nagai; and the New Sanno Hotel, U.S. Forces center, U.S. Facility, Atsugi Japan. Majority of the work covers general civil & architectural type projects (new construction and repair) including building renovation and repair; new building construction; Asphalt Concrete (AC) and Portland cement Concrete (PCC) pavement repair and replacement; crane rail trackage repair and replacement; waterfront pier and pile repairs; family housing renovation and repair; roofing system repair and replacement; water and sewer line repair and replacement; storm drainage system repair and replacement; and facilities demolition. The scope of the Civil & Architectural Design Build MACC is for civil & architectural type projects but may also include as minor work (less that 50% of project cost), electrical and mechanical construction within the Kanto Plains Geographical Area, Japan. Offerors must submit technical and price proposals for the seed project. Technical proposal will require preparation of a limited design solution and other factors. Price proposals will be evaluated on competition. Proposers will be evaluated using the source selection procedures. The following evaluation factors shall be used to evaluate the technical proposal. Technical factors are in descending order of importance. Factor 1-1 is significantly greater than Factor 1.2. Factor 1.2 is significantly greater than Factor 1.3. Factor 1.3 is significantly greater than Factor 1.4. Factor 1.4 is significantly greater than Factor 1.5. 1. Technical Proposal (1) Factor 1.1 Past Performance. Factor 1-2 Experience. Factor 1-3 Management & Key Personnel. Factor 1-4 Design Solution Narrative Factor. Factor 1-5 Conceptual Site Plan and/or Building Design. 2. Price Proposal (2) Initial Task Order will be evaluated. Technical Proposal Weights Equal to Price. Awards will be made to responsible offerors whose proposal, conforming to the solicitation, is the most advantageous and offers the best value to the Government considering price and technical evaluation factors. The contract term is anticipated to be for a base year with two one-year option periods and will contain a maximum not-to-exceed amount of $10,000,000 per year with a potential contract total of $30,000,000. It is anticipated that the base and each option period will be for a period of 12 months or a ceiling of $10,000,000, whichever occurs first. Projects will vary in size from $100,000 to $2,500,000 with the average project in the $350,000 - $450,000 range. This range is for information purposes only and may vary. The remaining best value contractors will be provided a minimum guarantee contract of $25,000. The Government intends to issue the RFP on the WEB only. The Request for Proposal (RFP) will be issued on or about 13 April 2005, with a proposal due date of 31 May 2005. 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: Yokosuka Japan
 
Record
SN00781016-W 20050405/050403211603 (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.