SOLICITATION NOTICE
Z -- Indefinite Delivery/Indefinite Quantity, Design/Build Multiple Award Construction Contract (ID/IQ DBMACC)
- Notice Date
- 6/15/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40083 NAVFAC MIDWEST PWD GREAT LAKES FEAD 201 Decatur Avenue Bldg 2016 Great Lakes, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008311R3013
- Response Due
- 7/22/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Annie Beaty 847-688-5395 ext 249 Sari Brindel, Contracting Officer (sari.brindel@navy.mil)
- E-Mail Address
-
annie.beaty@navy.mil
(annie.beaty@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS 100% SET ASIDE FOR 8(A) FIRMS SERVICED BY THE SMALL BUSINESS ADMINISTRATION (SBA) CHICAGO DISTRICT OFFICE ONLY. SOLICITATION DOCUMENTS WILL BE AVAILABLE FOR DOWNLOADING ON OR AROUND MONDAY, JUNE 27, 2011. The Request For Proposal (RFP) will be issued for competition amongst 8(a) firms in accordance with Federal Acquisition Regulation (FAR) 6.204 and as noted in the previous paragraph. The RFP will be open for submission of proposals by interested firms with specialized experience and qualifications required by this contract utilizing the two-phase design-build selection procedures outlined in FAR 36.3. This solicitation will result in the award of a maximum of three indefinite delivery/indefinite quantity design/build multiple award construction contracts (DB MACC), and an award will be made to the offerors whose price and technical proposal provides the best value to the Government using a trade-off approach. The work includes new construction, renovation, alteration, repair, and design/build capability for Naval Station Great Lakes, Illinois and Department of Defense facilities within a 200 mile radius of Naval Station Great Lakes. The North American Industry Classification System (NAICS) Code for this project is 236220 “ Commercial and Institutional Building Construction, with a size standard of $33,500,000. The estimated range of task orders under this contract will be between $250,000 and $3,500,000. The contract will be for a 12 month base year and two possible option years. Phase I of the source selection process will be the evaluation of past performance and experience with projects relating to the contract requirements for new construction, renovation, alteration, maintenance, repair work, and design capablity. A maximum of five (5) offerors selected in Phase I will be allowed to proceed into Phase II. Selected Phase I offerors will be invited to attend the Pre-Proposal Conference and Site Visit for the seed project requirement prior to the Phase II RFP due date. Offerors participating in the Pre-Proposal Conference and Site Visit will NOT be compensated for expenses related to their participation (ie: lodging, travel/transportation, etc). In Phase II, the successful Phase I offerors will be required to submit separate technical and price proposals for the seed project as outlined in the RFP. Those offerors who fail to submit separate technical and price proposals for Phase II will not be considered for award. The Phase II technical proposal will require the preparation of technical qualifications and solutions for the seed project and other factors that define the quality of construction being proposed. Phase II price proposals will include a total price for the seed project and a 100% Bid Bond, a bid bond for the entire total proposed price of the seed project. This will be an electronic solicitation, which can be downloaded on or around MONDAY, JUNE 27, 2011 from the Federal Business Opportunities (FBO) website at https://www.fbo.gov. Please be sure to register for the Planholder ™s List for this solicitation (#N40083-11-R-3013) to receive notification of future amendments. In accordance with FAR 52.204-7 Central Contractor Registration (Jul 2006) and DFARS (Defense Federal, offerors must also be registered in the Central Contractor Registration (CCR) database with a Data Universal Numbering System (DUNS) number in order to receive an award. Registration can be completed at https://www.bpn.gov/ccr/. For inquiries about the Phase I proposal, please contact Ms. Annie Beaty, Contract Specialist, by e-mail at annie.beaty@navy.mil or by phone (847) 688-5395 extension 249.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008311R3013/listing.html)
- Place of Performance
- Address: Naval Station Great Lakes, Great Lakes, IL
- Zip Code: 60088
- Zip Code: 60088
- Record
- SN02473043-W 20110617/110615234351-fe17d7c1fcfefd9ecde94096fcedd4dd (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 |