Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOLICITATION NOTICE

Y -- Design and Build Renovation Services

Notice Date
5/21/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-10-R-0137
 
Point of Contact
Harry L. Harting,
 
E-Mail Address
harry.harting@dia.mil
(harry.harting@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government has a requirement to acquire Design and Build (D&B) services to perform controlled access area to core area renovations at United States embassies located worldwide. The selected contractors will furnish all supervision, management, material, equipment and services necessary to renovate controlled access areas to core areas in accordance with Issued-for-Permit design drawings approved by the U.S. Department of State Bureau of Overseas Building Operations. Any design services performed will be minimal and only incidental to revising renovation design drawings required to meet changed site conditions and/or changed facility requirements subsequent to renovation permit approval from the U.S. Department of State Bureau of Overseas Building Operations. In order to prevent the potential for conflicts of interest, a construction firm will not be eligible for award of a Design and Build (D&B) renovation services contract if this agency had previously awarded the firm an Architecture and Engineering (A&E) design services Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task-Ordering Contract (MATOC) as a prime contractor for U.S. embassy controlled access area to core area renovations. The Government intends to competitively award three (3) Indefinite Delivery-Indefinite Quantity (IDIQ) Design and Build (D&B) Multiple Award Task-Ordering Contracts (MATOCs) to selected construction firms in accordance with FAR SubPart 36.201 (Special Aspects of Contracting for Construction) and DFARS Subpart 236.201 (Special Aspects of Contracting for Construction). Each contract period of performance will consist of a base period of one (1) year with four (4) optional periods of performance of one year each. Separate firm, fixed-price task orders will be issued against the contracts for individual controlled access area to core area renovation projects. Each contractor will be issued a minimum of one (1) task order valued at not less than $30,000 subsequent to initial contract award. The total value of all task orders issued against any or all of the three (3) contracts will not exceed $10,000,000 per year and $50,000,000 over all five (5) years of the contract terms. Each contractor will be provided with a fair opportunity to submit a firm, fixed-price quote for each controlled access area to core area renovation requirement unless approval is obtained to waive or limit competition in accordance with FAR SubPart16.505. The Government will evaluate each contractor’s firm, fixed-price quote and will select a contractor for issuance of the task order based upon the best value to the Government, price and other factors considered. The acquisition will be unrestricted, however the Government anticipates awarding one (1) contract to a small business construction firm. Small business construction firms are defined as those that have not received more than $33,500,000 in annual average receipts over the past three (3) fiscal years. Large business construction firms submitting proposals will be required to submit a small business subcontracting plan in accordance with FAR Part 19.7. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction). The construction firms selected for contract award must have experience performing controlled access area to core area renovations for tenant agencies at U.S. embassies, and must have an active SECRET facility security clearance and the capability to receive and store classified documentation at the SECRET security classification level on the date of contract award. Contractor employees performing the controlled access area to core area renovations at the U.S. embassies must be U.S. citizens who possess active TOP SECRET-SCI personnel security clearances. The Request for Proposals (RFP) will be released on 4 June 2010. The due date for receipt of offeror proposals will be 6 July 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-10-R-0137/listing.html)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN02156612-W 20100523/100521235129-41ede2d568c9684555903f9d13ecfa5c (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.