Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

Y -- Indefinite Delivery/Indefinite Quantity Design/Build Multiple Award Construction Contract, Naval Station Great Lakes, IL and Department of Defense Facilities within a 200-mile radius of Great Lakes

Notice Date
5/15/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008309R0006
 
Point of Contact
Judith Honold 847-688-2600 x171 Terryll Zade 847-688-2600 x417
 
Small Business Set-Aside
8a Competitive
 
Description
SYNOPSIS: INDEFINITE_DELIVERY/INDEFINITE_QUANTITY_ (IDIQ)_DESIGN/BUILD_MULTIPLE_AWARD_CONSTRUCTION_CONTRACT_FOR_NAVAL_STATION_GREAT_LAKES,_ILLINOIS_AND_DEPARTMENTOF_DEFENSE_FACILITIES_WITHIN_A_200-MILE RADIUS_OF_NAVAL_STATION_GREAT_LAKES_ILLINOIS This synopsis notice is for information purpose only. This procurement is for the Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (D/B MACC) for Naval Station Great Lakes, Illinois and Department of Defense Facilities within a 200-mile radius of Naval Station Great Lakes, Illinois. This procurement is 100% set-a side for SBA Certified 8(a) firms in the Illinois District Office. The NAICS Code for this procurement is 236220. The work will include new construction, renovation, alteration, maintenance and repair work, with some design capability. This will be an Indefinite Delivery/Indefinite Quantity (IDIQ), Design/Build Multiple Award Construction Contract (D/B MACC), for Naval Station Great Lakes and Department of Defense Facilities within a 200-mile radius of Naval Station Great Lakes. The solicitation will result in between three to five D/B MACC awards. The preponderance of the work will be between $100,000 and $3,50! 0,000. The contract vehicle may have occasional projects ranging from $3.5 million to $10 million. The contracts will be for a 12 month base year and potential four option years. The estimated maximum value for all contracts is $50,000,000. Proposers will be evaluated using the two-phase request for proposal procedures that result in awards based on best value to the Government, price and other factors considered. Phase 1 is the pre-qualification phase. Phase I factors relate to the five year ID/IQ contract requirements for new construction, renovation, alteration, maintenance and repair work, with some design capability. A maximum of seven firms will be prequalified in Phase I and will participate and advance to Phase II technical solutions and price. For Phase 1, offerors will be evaluated on the following factors: Factor 1 - Past Performance and Relevant Project Experience including Subfactor 1A - Design Team and Subfactor 1B - Construction Team; Factor 2 - Technical Qualifications including Subfactor 2A - Design Team and 2B - Construction Team; and Factor 3 - Management Approach including Subfactor 3A - Management Approach, Subfactor 3B -Construction Quality Control and Subfactor 3C - Safety and Experience Modifier Rate (EMR). In Phase II, the selected Phase I offerors must submit technical and price proposals for the seed project. Offerors who fail to submit their Phase II technical and price proposals will not be considered for award. The Phase II technical proposal will require preparation of a limited design solution for the seed project and other factors that define the quality requirements for the seed project. Offerors claiming professional designation shall be registered and/or certified in their discipline. Price proposals may include total price evaluation or evaluation of scope/design options, within the Government's published budget for award. Proposers will be required to submit a bid bond for the seed project and for each task order. The best value offeror will receive a contract for the seed project. The remaining best value offerors selected will receive a D/B Multiple Award Construction Contract that will include a minimum guarantee of $10,000. Should one or more of the D/B M! ACC Contractors be unable to competitively secure a task order to meet the minimum guarantee, then the Government reserves the right to negotiate that task order with only that offeror. FOLLOW-ON WORK AFER AWARD: The successful offerors awarded a D/B MACC contract in Phase II will compete on future task orders. Offerors will be expected to submit technical and price proposals on all future task orders. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in the pre-proposal conferences or site visits for the initial award or any task orders is the responsibility of the offeror and is not directly reimbursable by the Government. The task order statements of work may be written based on Government/Contractor team cooperative scoping of the work. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the best value continuum or lowest price technically acceptable. If the Government decides to issue the task order as a best value, award factors will vary depending on the unique requirements for each task! order. NOTE: Prospective contractors must be registered in the Central Contractor's Registration (CCR) database prior to award of a DoD contract. Offerors are further advised that failure to register in the DoD CCR database may render your firm ineligible for award. Contractors not already registered in CCR are highly encouraged to register. For more information, see the CCR website at www.ccr.gov. For inquiries about Phase I proposals, please contact Judy Honold, 847-688-2600, extension 171 or e-mail judy.honold@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008309R0006/listing.html)
 
Place of Performance
Address: 201 Decatur Avenue, Great Lakes, IL<br />
Zip Code: 60088<br />
 
Record
SN01820403-W 20090517/090516162234-22025ca0f3562c3add2ef764a679ea35 (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.