Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2006 FBO #1522
SOLICITATION NOTICE

Z -- IDIQ MACC FOR NEW CONSTRUCTION & RENOVATION OF VARIOUS PAVING & ASSOC SITE IMPROVEMENTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SOUTHWEST AREA OF RESPONSIBILITY INCL BUT NOT LIMITED TO AZ, CA, NV, NM

Notice Date
7/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-05-R-4007
 
Response Due
9/8/2005
 
Point of Contact
Rick Phillips, Contract Specialist, Phone 6195322991, Fax 6195321126, - Lisa Crawford, Contract Specialist, Phone (619) 532-1261, Fax (619) 532-4789,
 
E-Mail Address
rick.phillips@navy.mil, lisa.crawford@navy.mil
 
Description
This procurement is restricted to HUBZone and Service-Disabled Veteran-Owned Small Business Concerns. All Offerors being evaluated will be considered equal. No preferences will be given. 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. 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 primarily by design-build or secondarily design-bid-build of paving and associated site improvements at various locations within the NAVFAC Southwest area of responsibility, including but not limited to, Arizona, California, Nevada, and New Mexico. However, it is anticipated that the majority of the work will be performed in Southern California. The work will be for the removing, patching and repairing of existing deteriorated asphalt and Portland cement concrete paving, including base materials, from roads and parking areas. Work also includes cleaning and repairing existing cracks, asphalt overlays, slurry seal, and installation of new asphalt new aggregate base, cold milling of existing paving, and emergency repair work. The work also includes site work incidental to paving including, but not limited to, clearing and grubbing; excavation and earthwork; storm drainage systems; sidewalks, curbs and gutters; wheel stops, reflective markers, striping and signing; and some demolition disposal. The removal and/or recycling of this material from Government property is also included. The North American Industry Code Standard is 237310 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 $30,000,000. Task orders will range between $5,000 and $750,000. 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 - Experience of Offeror and Offeror's Team; Factor 3 - Technical Approach; Factor 4 –Price (based on Proposed Task Order 0001). 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 0001 includes all labor, materials and equipment necessary to construct 130 additional parking spaces at a BEQ. The work includes supplemental parking and lighting, including site demolition, grading, asphalt and concrete paving, landscaping with irrigation system and incidental related work. This PTO is representative of the projects that may be procured through this contract. The estimated price range for Task Order 0001 is between $250,000 and $500,000. 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 August 16, 2005 at 1:00 p.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 August 10, 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 Rick Phillips at rick.phillips@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 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 mailto:helpdesk@vets100.com. In order to participate in this solicitation, Contractors shall complete electronic representations and certifications. 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”. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JAN-2006, 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.fbo.gov/spg/DON/NAVFAC/N68711AC/N68711-05-R-4007/listing.html)
 
Record
SN00972544-F 20060126/060124213355 (fbodaily.com)
 
Source
FedBizOpps 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.