Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

Y -- Design-Build/Design-Bid-Build Small Business Multiple Award Construction Contract, Various Locations, State of Hawaii

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247809R4018
 
Response Due
8/18/2009
 
Archive Date
9/2/2009
 
Point of Contact
Katrida Collier 808-471-4209 James Murakami, 808-474-7852
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is being advertised as a 100% small business set-aside; it is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award Design-Build/Design-Bid-Build Small Business Multiple Award Construction Contract (DB/DBB SB MACC), Various Locations, State of Hawaii. The Government intends to award multiple awards and reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The primary NAICS Code is 236220 and the corresponding size standard is $33.5M average annual receipts over the last 3 fiscal years. The anticipated scope of work may include, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on two phase design build, modified design build or full plans and specifications for DOD infrastructure within the State of Hawaii. "Infrastructure" is defined as 1) residential building construction for single family and/or multi-family housing; 2) nonresidential building construction for industrial buildings and warehouses; 3) nonresidential buildings, other than industrial buildings and warehouses; and 4) supporting improvements such as utilities, landscaping, and roadways. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force and miscellaneous Federal and other facilities in the state of Hawaii. Task orders will be issued for the work that may require design and construction services. In support of the design build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The basis of awards is to the Offerors whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The anticipated technical evaluation factors are anticipated to be: Factor A - Past Performance, Factor B - Experience and Qualifications; Factor C - Management and Schedule Plans, and Factor D - Technical Solution for the Government Project. Price proposals will consist of lump sum pricing of the Government Project, which will be either a sample project or a seed project provided by the Government. When combined, the technical evaluation factors will be considered significantly more important than price. Pricing of the Government project is required for the price proposal. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods 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 $400,000,000. Task orders will range between $3,000,000 and $15,000,000 and will be competed among the contract awardees. 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 $10,000 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. There are no additional minimum guarantees obligated for each option year. The anticipated contract start date is January 2 010. This is a new procurement which does not replace an existing contract. No information exists on prior contracts. It is anticipated that the solicitation will be issued on or about 15 days from the date of this notice. The solicitation will be available in electronic format only. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov on or about 18 August 2009. No hard copies will be provided. It is the contractor's responsibility to check the websites daily for any 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 website listed above. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Reps and Certs (Section D - 00600) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247809R4018/listing.html)
 
Record
SN01897869-W 20090805/090804000647-a1dfb945768a7767060f4b43e4083e3b (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.