Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2005 FBO #1312
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION AND RENOVATION OF BACHELOR ENLISTED QUARTERS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SOUTHWEST AOR

Notice Date
6/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Capital Improvement Contract Core, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-05-R-4076
 
Response Due
8/16/2005
 
Archive Date
8/31/2005
 
Description
This procurement is being advertised on an unrestricted basis inviting full and open competition. This procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, 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. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS? INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS? BEST TERMS. This is an 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 properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation/revitalization/alteration, and repair primarily by design-build or secondarily by design-bid-build of various bachelor enlisted quarters, bachelor officer quarters, and lodges at various locations within the NAVFAC Southwest area of responsibility including, but not limited to, Alaska, Arizona, California, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Washington. However, it is anticipated that the majority of the work will be performed in Southern California. The North American Industry Classification System (NAICS) code is 236220 and the annual size standard is $28.5 million. In support of design-build strategies, each Offeror shall possess in-house capabilities or employ the services of a Lead Design Firm (Architect-Engineer) experienced in the design development and coordination of projects within the scope of this contract. In an effort to avoid a potential conflict of interest, Offerors are encouraged to offer multiple design teams to satisfy a variety of project types projected to be awarded during the term of contract(s). The Offeror and the proposed Lead Design Firm(s) for the basic contract(s) will be evaluated as a team. Lead Design Firm(s), 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. All professional disciplines shall be registered and/or certified in their discipline. In those states requiring specialized knowledge of local permitting or regulatory agency requirements, the professional discipline shall be registered or certified in that state. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. 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 task orders. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months. For each contract, the estimated maximum dollar value over the base year and all four option periods combined is $100,000,000. Task orders will range between $3,000,000 and $30,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $25,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 ? Past Performance of Offeror and Offeror's Team; Factor 2 ? Support of Small Business; Factor 3 ? Experience of Offeror and Offeror's Team; Factor 4 ? Technical Approach; Factor 5 ? Engineering Solutions of Offeror?s Team (based on Proposed Task Order 0001); and Factor 6 ? Price (based on Proposed Task Order 0001). The recommended subcontracting goals for the contract value (base and all options periods) are as follows: 14% - Woman-Owned Small Business; 13% - Small Disadvantaged Business; 2% - HUBZone Small Business; 3% - Veteran-Owned Small Business; 3% - Service Disabled Veteran-Owned Small Business; - and 35% Other Small Business. 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. Proposed Task Order (PTO) 0001 includes all labor, materials and equipment necessary to design and construct a new 200 room Bachelor Enlisted Quarters (BEQ) at Marine Corps Base Camp Pendleton. The facility shall incorporate energy efficient design and construction and must include sustainable design features. The project shall be designed and constructed to meet all applicable current codes on the site location. The scope of work includes, but is not limited to the following: Construct a multi-story reinforced concrete masonry BEQ building with a seismic and progressive collapse structural design, concrete foundation and floors, and a standing seam metal roof. Provide 200 rooms with semi-private bathrooms in the standard 2X0 room configuration. Community and service core areas consist of laundry facilities, lounges, administrative offices, multi-purpose rooms, housekeeping areas, and public restrooms. Sustainable principles will be included into the design, development, and construction of the project. Other construction features include electrical distribution systems, firm alarms, full Anti-Terrorism Force Protection (ATFP) compliance, energy saving electronic monitoring and control system (EMCS), and information systems. Mechanical systems include plumbing, fire protection, and heating ventilation systems. Supporting facilities work includes site and building utility connections (water, sanitary and storm sewers, electrical, telephone, Local Area Network (LAN), and Cable Television (CATV)). Paving and site improvements include paved parking, sidewalks, outdoor recreation facilities, roadway access, earthwork, grading, and landscaping. Final submittals will include all technical operating manuals and Anti-Terrorism/Force Protection features. This PTO is representative of the projects that may be procured through this contract. The estimated price range for Proposed Task Order 0001 is between $10,000,000 and $25,000,000. The Government reserves the right to award a single contract for the performance of the Proposed Task Order identified in the RFP ("Proposed Task Order 0001") only. The Government reserves the right not to award the Proposed Task Order 0001. A pre-proposal conference is scheduled for Thursday, July 21, 2005 at 9:00 a.m. sharp. The conference will be held at the Holiday Inn ? On the Bay at 1355 North Harbor Drive, San Diego, CA 92101. Registration for the conference is located at the website shown below. No site visit will be held. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the website at http://esol.navfac.navy.mil on or about July 13, 2005. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the Internet website address listed above. For inquiries, contact Michelle Sanders at michelle.sanders@navy.mil. NOTE: Contractor's must be registered in the Central Contractor Register (CCR) prior to award of a DoD contract. For more information, see the CCR website at http://www.ccr.gov. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100, Federal Contractor Veterans' Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information, and follow-up assistance is provided at the VETS-100 Internet site at http://vets100.cudenver.edu/, or employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at helpdesk@vets100.com. In order to participate in this solicitation, Contractors shall complete online representations and certifications (ORCA). To complete the ORCA, see the ORCA website at http://orca.bpn.gov. For step-by-step instructions on how to enter your ORCA application, go to the following website: http://orca.bpn.gov/help.aspx and click on ?ORCA Handbook?.
 
Place of Performance
Address: Various locations within the NAVFAC Southwest area of responsibility (AOR) including, but not limited to, AK, AZ, CA, ID, MT, NV, NM, OR, UT, and WA. However, it is anticipated that the majority of the work will be performed in Southern California.
 
Record
SN00838174-W 20050630/050628212512 (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.