SOLICITATION NOTICE
Y -- Design Build/Design Bid Build Multiple Award Construction Contract (Macc) for New Construction, Renovations, Alteration, and Repair Projects for Facilities in the Hampton Roads Area, Virginia.
- Notice Date
- 4/9/2008
- Notice Type
- Presolicitation
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008508R9602
- Point of Contact
- Holly Newton 757-322-1025
- Description
- This is a Best Value Two Phase Source Selection solicitation to provide for a Design Build/Design Bid Build Multiple Award Construction Contract (Macc) for New Construction, Renovations, Alteration, and Repair Projects for Facilities in the Hampton Roads Area, Virginia. A maximum of seven (7) indefinite-delivery/indefinite quantity (IDIQ) Design Build/Design Bid Build Multiple Award Construction contracts will be awarded as a result of this solicitation. Each contract is for a base year with four (4) one-year options periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $400,000,000.00 for the life of the contract. The contract(s) have no annual or contractor limit. The limit is the maximum for the life of the contract of $400,000,000.00. Projects for the Design/Build, Design Bid Build General Multiple Award Contract (MACC) will have an estimated construction cost between $3,500,000.00 and $30!,000,000.00; however, smaller and larger dollar value projects may be considered. Future task orders will be competed among the awarded contracts. The government guarantees an award amount of $5,000.00 to each successful offeror over the full term of the contract. There will be one seed project included in Phase II of this solicitation. The seed project is P218V, Ship Maintenance Engineering Facility Modernization. This project will build a 55,000 SF addition to Building 1500 at Norfolk Naval Shipyard. The addition will be 6 floors high and meet the ATFP requirements including progressive collapse. It will have a pile supported foundation. Additional surface parking will be required near Building 1500 to accommodate an additional 344 parking vehicles. These spaces will be constructed by expanding existing parking lots. The additional parking will include storm drainage, lighting and landscaping as necessary. All of these additional spaces meet ATFP standoff distances. The cost range for this seed project is between $10,000,000 and $25,000,000. The Phase I written technical proposal will address Corporate Experience, Past Performance, Safety and Quality Control. The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. A maximum of nine (9) offerors will be selected to submit Phase II proposals. The proposal due date for Phase II will be established by amendment after the completion of Phase I. The technical evaluation ratings from Phase I will carry over to Phase II for an overall rating of technical factors. Phase II of the solicitation shall be comprised of a written small business subcontracting plan, technical approach, and price, which will be evaluated in accordance with FAR Part 15.3. Phase II proposals will be evaluated based on all technical factors (Factors 1-6) and price factor. All technical factors are of equal importance. Technical sub factors within technical factors 1, 2, 3, 5, and 6 are of e! qual importance. Technical is approximately equal to price. The Basis of Award for this procurement shall be based on price and technical merits, which together, constitute a best value to the Government; however, not necessarily the lowest price. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. That offeror will be awarded the seed project. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31 million. This project is not set aside for smal! l business. Large businesses shall submit a subcontracting plan prior to award of the contract. 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 www.ccr.gov. All offerors must submit Representations and Certifications via the Online Representations and Certifications Application (ORCA) at www.orca.bpn.gov. The Phase I Request for Proposal (RFP) will be issued on or about 28 April 2008. Tentative date/time for submission of Phase I proposals will be on or about 27 May 2008, 2:00 PM (EDT). The solicitation will be listed as N40085-08-R-9602 in the Navy Electronic Commerce Online. NECO, at: https://www.neco.navy.mil A Vendor User Guide is available fo! r download in the site, as well as NECO Help Desk contact phone number for any issues/questions. Ensure you register in the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and.or solicitations of interest. Primary POC: Holly M. Newton, Phone: (757) 322-1025, Email: holly.newton@navy.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=df16adf06c60492efaa3f987302e154d&tab=core&_cview=1)
- Record
- SN01550888-W 20080411/080409221042-df16adf06c60492efaa3f987302e154d (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 |