Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOLICITATION NOTICE

Y -- IDIQ MACC FOR NEW CONSTRUCTION AND RENOVATION OF GENERAL BUILDING CONSTRUCTION AT VARIOUS LOCATIONS WITHIN THE NAVFAC SOUTHWEST AOR INCLUDING BUT NOT LIMITED TO NORTHERN CALIFORNIA AND NEVADA

Notice Date
8/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N62473-06-R-1021
 
Response Due
10/5/2006
 
Archive Date
10/20/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This procurement is for a multiple award construction contract (MACC) and 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. 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 and repair by design-build or design-bid-build of general building construction at various locations within the NAVFAC Southwest area of responsibility, including but not limited to, Northern California and Nevada in the following areas: San Francisco; Monterey; Travis AFB; Lemoore, CA, and Fallon, Nevada. However, it is anticipated that the majority of the work will be performed at Travis AFB. The work will be for commercial, institutional and industrial type buildings. The North American Industry Code Standard is 236 and the annual size standard is $31 million. 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. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $100,000,000. Task orders will range between $500,000 and $7,000,000. Task orders may fall below or above this limit; however contractors are not obligated to accept such task orders under the general terms of the contract. 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 ? Management Plan; Factor 4 ? Safety; and Factor 5 - 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. A pre-proposal conference is scheduled for September 12, 2006 at 9:00 a.m. sharp. The conference will be held at the Holiday Inn on the Bay, 1355 Harbor Drive, San Diego, California 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 30, 2006. 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.
 
Place of Performance
Address: Northern California and Nevada
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01115832-W 20060817/060815221821 (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.