MODIFICATION
Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) DESIGN-BUILD FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AOR.
- Notice Date
- 2/1/2010
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945010R0003
- Point of Contact
- Lindsay Jaime 9045426926
- E-Mail Address
-
Lindsay.Jaime@navy.mil
(Lindsay.Jaime@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS 1. Action Code - Synopsis 2. Date - 26 January 3. Year - 10 4. Contracting Office Zip code - 32212-0030 5. Classification Code - Z -- Maintenance, repair, and alteration of real property 6. Contracting Office Address - Naval Facilities Engineering Command Southeast (NAVFAC SE), Acquisition, A-E/PPV/Contingency PCO Branch, Building 903, NAS Jacksonville, Jacksonville, FL. 32212-0030. 7. Subject of Contract - Classification - Z - Title - INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) DESIGN-BUILD FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AOR. 8. Solicitation Number - N69450-10-R-0003 9. Proposal Closing Date- see solicitation for actual date 10. Contact Point: Contract Specialist: Lindsay Jaime Lindsay.Jaime@navy.mil or the Contracting Officer: Joyce Chilton, mailto:joyce.chilton@navy.mil. 11. Description - Indefinite Delivery Indefinite Quantity (IDIQ) Design-Build Fire Protection Multiple Award Construction Contract (MACC) for Naval Facilities Engineering Command Southeast (NAVFAC SE) Area of Responsibility (AOR). This contract will primarily consist of fire protection installation or repairs (new construction and renovations) with some design capabilities. The work includes but is not limited to: fire suppression systems (wet, dry, pre-action, wet chemical, deluge and high speed deluge and ultra high speed deluge), water supplies (fire pumps, tanks and underground water mains), low and high expansion foam, gaseous (carbon dioxide and clean agents) special hazards protection, and fire alarm systems (detection, reporting, and mass communication) for the Department of Defense activities in the states of South Carolina, Georgia, Florida, Mississippi, Louisiana, Texas, GTMO, and the Bahamas to the extent managed by NAVFAC SE. The NAICS Code for this procurement is 238210 and the annual size standard of $14M dollars. The anticipated task order range is between $50,000 and $3,000,000 with most task orders falling in the range of $75,000 to $1,500,000. The maximum contract value is not-to-exceed (NTE) $30M dollars. The period of performance will be for one base year with four one year option periods for a maximum of sixty months or a maximum dollar value of not-to-exceed (NTE) $30,000,000 for all contracts, whichever comes first. The Government will award this contract to 3 no more than 5 contractors. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This contract will replace contract N62467-02-D-0439 for similar services awarded in 2003 for not to exceed $30,000,000 over a maximum five year term. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available. The anticipate date of RFP issuance is on or about the week of 11 February 2010. Large business concerns are required to submit a subcontracting plan prior to award of the contract.The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. 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. For Phase 1, offerors will be evaluated on the following factors: Factor 1 - Corporate Experience and Qualifications, Factor 2 - Past Performance, Factor 3 - Safety. In Phase 2, the selected Phase 1 offerors will submit technical and price proposals for the seed project. All ratings from Phase 1 will be carried over into Phase 2, unless new or revised information is provided. In addition, offerors will be evaluated on the following technical factors: Factor 4 - Technical Solution Including Design Build to Budget, Factor 5 - Small Business Utilization. Price proposals shall be submitted separately from the technical proposal. The Government will evaluate price based on the total price. Offerors shall submit with their offer a bid bonding capability in the amount of $3,000,000 or 20% of their total bid price for the seed project, whichever amount is less. The best value offeror will receive a contract for the seed project. Up to three offerors will receive a Design/Build Fire Protection Multiple Award Construction Contract that will include a minimum guarantee of $20,000. 12. Place of Performance - Department of Defense activities in South Carolina, Georgia, Florida, Alabama, Louisiana, Texas, Mississippi, Andros Island, and Guantanamo Bay, Cuba. 13. Set-aside Status - Unrestricted (full and open competition)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a5a8b166332eda6a1d70df54ca9beaa)
- Record
- SN02054860-W 20100203/100201235244-6a5a8b166332eda6a1d70df54ca9beaa (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 |