SOLICITATION NOTICE
Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for MCAS Beaufort, MCRD Parris Island, and Naval Hospital Beaufort, SC
- Notice Date
- 5/8/2009
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, Building 135 P. O. Box 30 NAS Jacksonville, FL 32212-0030
- ZIP Code
- 32212
- Solicitation Number
- N6945009R1762
- Point of Contact
- Robert Woolwine (904) 542-6325
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction type work to be performed at MCAS Beaufort/MCRD Parris Island/Naval Hospital Beaufort, South Carolina. This solicitation will result in the award of up to five (5) Design Bid-Build IDIQ MACCs. Construction projects to be performed will primarily consist of general building type projects (new construction, renovation, alteration and repair of facilities and infrastructure, roofing, demolition, and routine renovation) including: 1) aviation and aircraft facilities, 2) maintenance facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) security level facilities, 9) community support facilities, and 10) abat! ement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation, and PCB's). The total aggregate value for all contracts to be awarded from any resultant solicitation is $100,000,000 maximum over the base year and two (2) option periods combined. There is no yearly or per contractor limit except for the total three (3) year maximum. Task orders will be firm fixed-priced, normally in the range of $100,000 to $6,000,000 per order. The Request for Proposal (RFP) will be issued as a competitive requirement open to HUBZoneSB and SDVOSB firms in accordance with FAR Subpart 6.2, Full and Open Competition After Exclusion of Sources. The RFP will be open to participation by interested HUBZoneSB and SDVOSB firms with specialized experience and qualifications required by this contract. Further, this procurement will be restricted to only those offerors within a 100-mile radius of MCAS Beaufort. The NAICS code for this IDIQ MACC solicitation is 236220 with a size standard of $33,500,000. The source selection method to be used is a best value continuum process in a negotiated acquisition utilizing the trade-off approach. Formal source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. The solicitation evaluation factors for the MACC award will state that technical factors are equal in importance to each other and, when combined, are approximately equal to price. Future task orders will also be competed using trade-off procedures. Interested HUBZoneSB and SDVOSB firms will be required to a submit technical and price proposal for a "seed" project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ MACC for a base year with two (2) option years and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ MACC for a base year and two (2) option years with a minimum guarantee of $25,000.00 over the thirty six (36) month period. The proposed seed project for this solicitation consists of complete renovation and an addition to Bldg. 584 Provost Marshall Office Headquarters (PMO HQ) aboard the Beaufort Marine Corps Air Station. The renovation shall provide a new floor plan for the administrative area to include new offices, restrooms, and locker rooms. The renovation shall also include a new standing seam metal roof with associated supporting metal roof structure; seismic upgrades of exterior and interior walls/framing; and new mechanical and electrical systems throughout the facility. The addition will provide additional office spaces and include a Class 5 vault. The vault construction will consist of 8" thick reinforced concrete walls, ceiling, and floor. Wall construction of the remainder of the addition will consist of steel framing/studs with gypsum wall board on the interior and EIFS on the exterior. The estimated construction cost for this project is between $1,000,000 and $1,600,000 with! a completion schedule of 365 days from task order award. The liquidated damages for this project will be $750.00 per calendar day of delay. Contract award is anticipated on or around 31 Jul 2009. This will be an electronic solicitation, which can be downloaded from Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov The solicitation should be available at this site on or about 18 May 2009. A Pre-Proposal Conference and Site Visit will be held shortly thereafter. Proposals will be due on or about 17 Jun 2009. Offerors are responsible for checking the FedBizOpps website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION (CCR). PLEASE VISIT THE CCR WEBSITE AT https://www.bpn.gov/CCR/scripts/index.html FOR INSTRUCTIONS ON HOW TO REGISTER. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N6945009R1762/listing.html)
- Record
- SN01812467-F 20090510/090509165552 (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 |