Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
MODIFICATION

Y -- MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR MARINE/WATERFRONT PROJECTS AT VARIOUS LOCATIONS FOR NAVAL FACILITIES ENGINEERING COMMAND NORTHWEST

Notice Date
9/27/2006
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-06-R-1115
 
Response Due
11/3/2006
 
Archive Date
11/18/2006
 
Point of Contact
Cynthia Harley, Contract Specialist, Phone 360-396-0262, Fax 360-396-0954, - Stephanie Peterson, Contract Specialist, Phone 360-396-0248, Fax 360-396-0954,
 
E-Mail Address
cindy.harley@navy.mil, stephanie.a.peterson@navy.mil
 
Description
Update as of 27 Sep 2006: The seed project associated with this solicitation is a design/bid/build project to Replace Main Control and Check Valves - Pumpwell 2 at Puget Sound Naval Shipyard, Bremerton, Washington. Further information regarding the seed project will only be provided as part of the Request for Proposal to be issued on 04 Oct 2006. THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The Request for Proposal will be issued on 04 October 2006. The proposal due date is scheduled for 03 November 2006. The North American Industry Code Standard (NAICS) is 237990 and the annual size standard is $31 million. This procurement is to provide for a Design/Build, Design/Bid/Build Multiple Award Construction Contract (MACC) for Marine/Waterfront projects at various locations serviced by Naval Facilities Engineering Command Northwest (NAVFAC NW). The procurement consists of one solicitation with the intent to award three to five Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and technical 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. CONTRACT DESCRIPTION. This is a Multiple Award 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, repair, alteration, and renovation, by design-build or by design-bid-build of waterfront facilities at various locations within the NAVFAC NW area of responsibility, including but not limited to, Washington, Oregon, Idaho, Montana, and Alaska. However, it is anticipated that the majority of the work will be performed in Washington. The work includes dredging and disposal, demolition, and construction related operations, both in and above water; of waterfront facilities, such as, but not limited to: piers, wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, and dredging and disposal. The work also includes the design and construction of all utilities and other facilities in the waterfront area and/or related to waterfront operations, to support Navy vessels and port operations. ADDITIONAL INFORMATION. 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. 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 or an aggregate value of $85 million for all contracts awarded, whichever occurs first. The task order range for this contract is between $100,000 and $15,000,000. The government guarantees an award amount of $25,000 over the full term of the contract. There will be one (1) Design/Bid/Build seed project in this solicitation. The solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil, upon issuance. Prospective Offerors shall immediately register themselves on the website. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS? RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offerors must also be registered in the Contractors Central Registration (CCR) system at http://www.ccr2000.com in order to participate in this procurement. All inquiries should be submitted to Ms. Cindy Harley via email at cindy.harley@navy.mil and Ms. Stephanie Peterson at stephanie.a.peterson@navy.mil.
 
Place of Performance
Address: See description for locations.
Zip Code: 98315
Country: UNITED STATES
 
Record
SN01156120-W 20060929/060927221056 (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.