SOLICITATION NOTICE
Y -- 8(A) MULTIPLE AWARD CONSTRUCTION CONTRACT
- Notice Date
- 2/23/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- ZIP Code
- 00000
- Solicitation Number
- N4008011R0493
- Response Due
- 4/11/2011
- Archive Date
- 4/26/2011
- Point of Contact
- Denise Wilson (202685-0400 Jullita Griffin
- E-Mail Address
-
<!--
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Naval Facilities Engineering Command (NAVFAC) Washington intends to award an 8(a) Multiple Award Construction Contract ((8(a) MACC) to perform various repairs, renovations, new construction and alterations to shore facilities, and utilities in the NAVFAC Washington area of responsibility to include the metropolitan Washington, DC, Maryland and Virginia locations. Potential offeror s must be serviced by the Small Business Administration (SBA) Washington Metropolitan District Office or the SBA Baltimore District. The place of performance shall be designated on each task order. The majority of work is anticipated to be performed at facilities located in the District of Columbia, Virginia, and Maryland. The following provides a list of NAVFAC Washington activities and locations where work will be performed: Naval District Washington, Washington, DC Marine Corps Base, Quantico, VA Naval Surface Warfare Center, Dahlgren, VA Naval Surface Warfare Center, Indian Head, MD Naval Air Station, Patuxent River, MD United States Naval Academy, Annapolis, MD National Naval Medical Command, Bethesda, MD This is not a complete list and is provided only to indicate the wide range of locations to be covered under this contract. The Task Orders awarded for Naval District Washington may include work outside the metropolitan Washington, DC area for all military facilities within a 100 mile radius of the metro area. The estimated value of this acquisition for the base period and including all options is $120,000,000.00. This acquisition will result in approximately seven (7) firm fixed price Indefinite Quantity (IDQ) contracts. Each contract will be for one base year with two one-year option periods with a maximum duration of thirty six (36) months or a combined maximum value of $120,000,000.00. The Request for Proposal (RFP) will be issued as 8(a) set-aside acquisition in accordance with FAR Subpart 6.204, Section 8(a) Competition. The NAICS code for this procurement is 236220 and the size standard is $33,500,000.00. This contract will provide for the award of individual orders, defined hereinafter as Task Orders , for the accomplishment of various construction projects for the Naval Facilities Engineering Command activities and customers to multiple awardees. Task Orders will be awarded by this contract considering factors such as past performance, quality of deliverables, ability to meet schedule requirements, relevant experience, safety, cost control and price or cost. This indefinite quantity contract has no fixed unit prices. It is anticipated that approximately 75% of all orders issued under this contract will be design/build. Design/build projects will be identified as such and will require a minimal level of design in order to determine best value and selection. The estimated range of Task Orders awarded under this contract is between $100,000.00 and $2,000,000.00. This acquisition will be procured in a competitive negotiated environment using formal source selection procedures set forth in FAR Part 15 and FAR Part 36 for the two phase design/build process. The solicitation will require submission of technical and price proposals by the Offerors. Phase I will evaluate the technical expertise of the design/build teams as well as past performance. The result of this evaluation will identify the shortlisted most highly qualified firms that will be invited to submit proposals under Phase II of the procurement process. Under Phase II, the invited firms will submit proposals addressing design solutions, schedule and pricing of the seed project. The seed project identified for this procurement is Design/Build for Quality of Life Improvements, Halligan Hall, Phase II, U.S. Naval Academy. The design build amount will be identified in Phase II of the solicitation. One of the selected 8(a)MACC contractor s will be awarded this task order at award of the basic IDQ contract. The other selected MACC contracts will be executed with a minimum guarantee of $25,000.00. The solicitation will prescribe the detailed evaluation criteria and procedures for submission of proposals. Evaluations will be based on the following evaluation factors: PHASE I EVALUATION FACTORS: Factor 1 Corporate Experience, Subfactor 1a Construction Team, Subfactor 1b Design Team; Factor 2 Past Performance, Subfactor 2a Construction Team, Subfactor 2b Design Team; Factor 3 Safety; Factor 4 Management Plan. PHASE II EVALUATION FACTORS include: Factor 5 Technical Approach to the Seed Project, Subfactor 5a Design Solution, Subfactor 5b Special Design Features/Enhancements; Factor 6 Price The solicitation will only be available in electronic format. The official access to the solicitation is at the Navy Electronic Commerce Online (NECO) via the Internet at https://www.neco.navy.mil/. Contractors are encouraged to register for the solicitation when downloading from the NECO website. Only registered contractors will be notified by email when amendments to the solicitation are issued. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Proposals shall be hand carried to The Naval Facilities Engineering Command Washington, 1314 Harwood Street SE, Building 212, First Floor, Mailroom, Washington Navy Yard, Washington, DC 20374. Submission must be date stamped and place in box designated for proposal receipt. The solicitation will be issued on or about 11 March 2011. Please direct any questions regarding this announcement to Ms. Denise Wilson, Contract Specialist, phone (202)685-0400, e-mail denise.wilson1@navy.mil or Ms. Jillita Griffin, Contract Specialist, phone The Naval Facilities Engineering Command (NAVFAC) Washington intends to award an 8(a) Multiple Award Construction Contract ((8(a) MACC) to perform various repairs, renovations, new construction and alterations to shore facilities, and utilities in the NAVFAC Washington area of responsibility to include the metropolitan Washington, DC, Maryland and Virginia locations. Potential offeror s must be serviced by the Small Business Administration (SBA) Washington Metropolitan District Office or the SBA Baltimore District. The place of performance shall be designated on each task order. The majority of work is anticipated to be performed at facilities located in the District of Columbia, Virginia, and Maryland. The following provides a list of NAVFAC Washington activities and locations where work will be performed: Naval District Washington, Washington, DC Marine Corps Base, Quantico, VA Naval Surface Warfare Center, Dahlgren, VA Naval Surface Warfare Center, Indian Head, MD Naval Air Station, Patuxent River, MD United States Naval Academy, Annapolis, MD National Naval Medical Command, Bethesda, MD This is not a complete list and is provided only to indicate the wide range of locations to be covered under this contract. The Task Orders awarded for Naval District Washington may include work outside the metropolitan Washington, DC area for all military facilities within a 100 mile radius of the metro area. The estimated value of this acquisition for the base period and including all options is $120,000,000.00. This acquisition will result in approximately seven (7) firm fixed price Indefinite Quantity (IDQ) contracts. Each contract will be for one base year with two one-year option periods with a maximum duration of thirty six (36) months or a combined maximum value of $120,000,000.00. The Request for Proposal (RFP) will be issued as 8(a) set-aside acquisition in accordance with FAR Subpart 6.204, Section 8(a) Competition. The NAICS code for this procurement is 236220 and the size standard is $33,500,000.00. This contract will provide for the award of individual orders, defined hereinafter as Task Orders , for the accomplishment of various construction projects for the Naval Facilities Engineering Command activities and customers to multiple awardees. Task Orders will be awarded by this contract considering factors such as past performance, quality of deliverables, ability to meet schedule requirements, relevant experience, safety, cost control and price or cost. This indefinite quantity contract has no fixed unit prices. It is anticipated that approximately 75% of all orders issued under this contract will be design/build. Design/build projects will be identified as such and will require a minimal level of design in order to determine best value and selection. The estimated range of Task Orders awarded under this contract is between $100,000.00 and $2,000,000.00. This acquisition will be procured in a competitive negotiated environment using formal source selection procedures set forth in FAR Part 15 and FAR Part 36 for the two phase design/build process. The solicitation will require submission of technical and price proposals by the Offerors. Phase I will evaluate the technical expertise of the design/build teams as well as past performance. The result of this evaluation will identify the shortlisted most highly qualified firms that will be invited to submit proposals under Phase II of the procurement process. Under Phase II, the invited firms will submit proposals addressing design solutions, schedule and pricing of the seed project. The seed project identified for this procurement is Design/Build for Quality of Life Improvements, Halligan Hall, Phase II, U.S. Naval Academy. The design build amount will be identified in Phase II of the solicitation. One of the selected 8(a)MACC contractor s will be awarded this task order at award of the basic IDQ contract. The other selected MACC contracts will be executed with a minimum guarantee of $25,000.00. The solicitation will prescribe the detailed evaluation criteria and procedures for submission of proposals. Evaluations will be based on the following evaluation factors: PHASE I EVALUATION FACTORS: Factor 1 Corporate Experience, Subfactor 1a Construction Team, Subfactor 1b Design Team; Factor 2 Past Performance, Subfactor 2a Construction Team, Subfactor 2b Design Team; Factor 3 Safety; Factor 4 Management Plan. PHASE II EVALUATION FACTORS include: Factor 5 Technical Approach to the Seed Project, Subfactor 5a Design Solution, Subfactor 5b Special Design Features/Enhancements; Factor 6 Price The solicitation will only be available in electronic format. The official access to the solicitation is at the Navy Electronic Commerce Online (NECO) via the Internet at https://www.neco.navy.mil/. Contractors are encouraged to register for the solicitation when downloading from the NECO website. Only registered contractors will be notified by email when amendments to the solicitation are issued. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Proposals shall be hand carried to The Naval Facilities Engineering Command Washington, 1314 Harwood Street SE, Building 212, First Floor, Mailroom, Washington Navy Yard, Washington, DC 20374. Submission must be date stamped and place in box designated for proposal receipt. The solicitation will be issued on or about 11 March 2011. Please direct any questions regarding this announcement to Ms. Denise Wilson, Contract Specialist, phone 202)685-0400, e-mail denise.wilson1@navy.mil or Ms. Jillita Griffin, Contract Specialist, (202)433-0908, Jillita.Griffin@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008011R0493/listing.html)
- Place of Performance
- Address: NAVFAC Washington
- Zip Code: Washington Navy Yard
- Zip Code: Washington Navy Yard
- Record
- SN02385640-W 20110225/110223234334-22c84e67e22a0c5a111f555ccb2e8d5f (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 |