Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

Y -- HUBZone/SDVOSB Multiple Award Const IDIQ Contract

Notice Date
6/30/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Capital Improvement Contract Core, N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247308R8641
 
Response Due
8/19/2008
 
Archive Date
7/30/2008
 
Point of Contact
Nancy LeSage 619-532-3671
 
Small Business Set-Aside
Partial 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 (SDVOSB). The offeror must be either a HUBZone or a SDVOSB. 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 fully designed projects of general building construction at various locations within the NAVFAC Southwest area of responsibility, including but not limited to Southern California, Arizona, and New Mexico. However, it is anticipated that the majority of the work will be performed in Southern California. The work will be for commercial, institutional and industrial type buildings. The North American Industry Code Standard is 236220 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 $500,000,000. Task orders will range between $3,000,000 and $8,500,000. 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 $5,000 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: PHASE ONE: Factor 1 - Experience of Offeror and Offeror's Team; Factor 2 Past Performance of Offeror and Offeror's Team; Factor 3 Management Plan; PHASE TWO: Factor 4 Engineering Solution; 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 July 29, 2008 at 9:00 a.m. local time at the Anchors Catering and Conference Center at Naval Base San Diego (Dry Side), Bldg. #3210, Main Street and Yuma Street (before entering the Navy Base gate). 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://neco.navy.mil on or about July 16, 2008. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f74ad48e7673760b62f31a6c57c446c&tab=core&_cview=1)
 
Record
SN01603579-W 20080702/080630215047-e236da608068089714dd196ee75bba6b (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.