SOLICITATION NOTICE
Y -- IDIQ SB SET-ASIDE MACC FOR NEW CONSTRUCTION & RENOVATION OF GENERAL BLDG CONSTRUCTION @ VARIOUS LOCATIONS IN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CA, AZ, NV, UT, CO, & NM
- Notice Date
- 9/17/2008
- 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
- N6247308R8651
- Response Due
- 11/5/2008
- Archive Date
- 11/20/2008
- Point of Contact
- Lisa Crawford 619-532-1261 Lisa Crawford, 619-532-1261, lisa.crawford@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is for a multiple award construction contract (MACC) and is restricted to Small Business (SB) Concerns. The Offeror must be a Small Business. 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 t! his 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 California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in 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 $33.5 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 $7,000,000 and $15,000,000. Task orders may fall below or above this limit; however contractors are not obligated to accept such task ord! ers 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; 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 facto! rs considered. A pre-proposal conference is scheduled for October 16, 2008 at 9:00 a.m. local time at the Holiday Inn San Diego on the Bay, 1355 North Harbor Drive, San Diego, CA 92101, which is located between Pacific Highway and Harbor Drive just to the north of 1220 Pacific Highway, San Diego, California. 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 https://neco.navy.mil on or about October 2, 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=42e00c8bab3e9422157ead959eff267d&tab=core&_cview=1)
- Record
- SN01673880-W 20080919/080917222303-42e00c8bab3e9422157ead959eff267d (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 |