Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2006 FBO #1589
SOLICITATION NOTICE

Y -- Regional Job Order Contract

Notice Date
4/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-05-R-6104Amended
 
Response Due
5/18/2006
 
Archive Date
6/2/2006
 
Small Business Set-Aside
8a Competitive
 
Description
NAVFAC NORTHWEST, NAVFACENGCOM, 1101 Tautog Circle, Suite 316, Silverdale, WA 98315 POC: Thell Rooney, Contract Specialist, inquiries may be directed to PH. 360-396-0028 e-mail thell.rooney@navy.mil This solicitation is an 8(a) competitive procurement. Solicitation N44255-05-R-6104 Indefinite Delivery Indefinite Quantity, IDIQ, Job Order Contract, (JOC). This is a 100% 8(a) competitive procurement and is only open to 8(a) Certified construction firms or joint ventures. The due date for receipt of proposals is May 18, 2006. Regional JOC will provide for all labor, materials, equipment and other incidental work required to perform simultaneous low complexity, minor construction, repair and alteration at various installations and facilities at locations serviced by NAVFAC NORTHWEST including Washington, Oregon, California, Alaska, Idaho, Montana, Nevada, North Dakota, South Dakota and Utah and other areas as required. Historically, the majority of the work has been performed at Naval Base Kitsap at Bremerton, Washington, at Naval Base Kitsap at Bangor, Washington and Naval Air Station Whidbey Island, Washington. The Government intends for the Regional JOC to be awarded to one firm. A minimum guarantee of $100,000.00 will be offered on award of this contract. The contract duration consists of a one-year base period and four one-year option periods. The Not To Exceed (NTE) amount for the life of the overall JOC vehicle is $75 Million. Projects are generally accomplished without the use of traditional designs and specifications and will utilize the R.S. Means to select the pre-priced items required to perform the work. The solicitation will provide for the contractor to submit a schedule of coefficients that will be applied toward the price of the R. S. Means items, and coefficients for items not found in R. S. Means. Task Orders will be firm fixed price with a targeted award range of $50,000 to $500,000 with a minimum of $2,500 and a maximum of $1,000,000. Award will be made to the responsive, responsible offeror whose proposal will be most advantageous to the Government, price and non-price factors considered, and represents the best value to the Government. Evaluation factors are divided into two categories, technical (Factors A through B) and price (Factor C). Technical Factors A and B are listed in descending order of importance. Factor A: Experience, Past Performance, and Safety. Factor B: Management and Capabilities. Factor C: Price This procurement is limited to 8(a) firms or joint ventures certified for participation in the U.S. Small Business Administration (SBA) 8(a) Program. All other firms are deemed ineligible to receive award. The North American Industry Classification (NAICS) Code is 236220. There is no requirement that 8(a) firms have NAICS Code 236220 approved by the SBA for use in their business plans. NAICS size standard is $28,500,000. This contract will provide primarily Type III and IV construction, alteration and repair at Naval installations. Type III and IV designates less complex construction that could receive a building permit without a licensed Professional Engineer or Registered Architect seal. The selected contractor will receive requirement packages and, through interface with Government personnel and the contracting community, develop biddable, enforceable Scopes of Work. This solicitation will be available in electronic format only. Documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. RFP is posted on the NAVFAC E-Solicitation website. All attachments to this solicitation can be obtained through this website. The official access to the solicitation is at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by email when amendments to the solicitation are issued. In accordance with the provisions of DFARS 252-204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov This IDIQ contract has no fixed unit prices. Each Task Order awarded shall include all labor wages, management, supervision, mobilization, material and equipment costs. The contractor shall furnish all project management, planning, estimating, labor, transportation, materials, equipment, tools, supervision, design and all other associated costs necessary to fulfill the requirements of the Task Orders. A pre-proposal conference will be conducted; details will be posted on the E-Sol Website.
 
Place of Performance
Address: Washington, Oregon, California, Alaska, Idaho, Montana, Nevada, North Dakota, South Dakota and Utah
Zip Code: 98314
Country: USA
 
Record
SN01019677-W 20060403/060401211707 (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.