Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
MODIFICATION

Y -- MINI Construction Multiple Award Contract

Notice Date
8/16/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, ROICC Pax River, 22445 Peary Road Naval Air Station, Patuxent River, MD, 20670-5504, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-3001
 
Response Due
10/1/2007
 
Archive Date
10/30/2007
 
Point of Contact
Holly Gardner, Contract Specialist, Phone 301-757-4762, Fax 301-342-3141, - Leslie Sherman, Contract Specialist, Phone 301-757-4891, Fax 301-342-3141,
 
E-Mail Address
holly.gardner@navy.mil, leslie.sherman@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SYNOPSIS FOR N40080-07-R-3001 The estimated value of this acquisition for the base period with all options is $15 million to be shared by all of the awardees. The North American Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction. This procurement is an 8(a) Competitive Set-Aside for a Multiple Award construction contract. For this procurement, it has been determine that competition will be limited to those 8(a) firms serviced by the Baltimore, Washington, DC, and Richmond District Offices. All other firms are deemed ineligible to submit offers for this Local Buy requirement. The procurement will be conducted using source selection procedures and the award will be based on the best value to the government considering priced, and non-priced factors, which are cited in the solicitation. The Evaluation Factors include: relevant experience, financial capabilities, safety record, seed project, subcontracting efforts, past performance, and price. The Seed Project entitled ?Repair HVAC Control System Building 8220? will be attached to the solicitation and will be used to determine price reasonableness. NAVFAC Washington requires a multiple award contract for repairs, renovations, new constructions and alterations to shore facilities, and utilities, belonging to the Department of the Navy and its customers. This contract shall provide for award of individual orders defined as ?Task Orders?, for the accomplishment of various construction projects. Task orders will be awarded by this contract considering factors such as past performance, relevant experience, and safety. This indefinite quantity 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. It is anticipated that 50% of the task orders will be Design/Build. The estimated range of the task orders awarded under this contract is between $10,000.00 and $300,000.00. The place of performance will be designated on each task order. The majority of work is anticipated to be performed at facilities located at Patuxent River, Naval Air Station, Solomons Annex, and Webster Field Annex, Maryland. This acquisition will evaluate offerors considering Price, Past Performance, and Technical Factors as stated in the solicitation. The detailed description of this criteria and submission requirements will be included in the solicitation. Offerors are advised that the combined Technical Factors are considered equal in importance to Past Performance and Price in the selection of the Best Value offerors. Each offeror will receive an evaluation rating for their response to the solicitation. Offerors proposing as a joint venture shall ensure that complete information required for evaluation is provided for both entities in the partnership. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. As Per the Debt Collections Improvement Act of 1996, The Defense Federal Acquisition Regulation Supplement (DFARS) has been amended to require all contractors to register in the Department of Defense (DoD) Central Contractor Registration (CCR) database. Be advised that failure to register in the CCR makes an offeror ineligible for award of DoD Contracts. Information regarding this registration may be obtained by accessing the website at www.ccr.dlis.dla.mil/ccr/scripts.index.html or by referring to DFARS Subpart 204.73 at www.acq.osd.mil/dpap/dars/dfars/index.htm. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The official plan holders? list will be maintained on, and can be printed from the internet site: http://esol.navfac.navy.mil. All prospective offerors must register as plan holders on the internet website for this solicitation. Each company must indicate if it is a prime contractor or subcontractor. Solicitation N40080-07-R-3001 will be available for download free of charge via the Internet World Wide Web at: http://esol.navfac.navy.mil. Notifications of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor?s responsibility to check the Internet site daily for any posted changes to the solicitations plans and specifications. This contract will have a base year, and (4) 1-year options (totaling 60 months). The Contracting Officer for this procurement is Karen L. Williams, and the Contract Specialist is Holly S. Gardner. All contractual and technical inquires shall be submitted via electronic mail to: Holly.Gardner@navy.mil . Solicitation Issuance Date: On or About 1 September 2007 Proposal Due Date: 1 October 2007
 
Place of Performance
Address: Public Works Department, FEAD, NAS, Patuxent River, 22445 Peary Road, Bldg. 504, Patuxent River, Maryland
Zip Code: 20670-5504
Country: UNITED STATES
 
Record
SN01375374-W 20070818/070816222405 (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.