SOLICITATION NOTICE
Z -- IDIQ MACC for design build/fully designed fire protection system construction projects at various locations within the NAVFAC Southwest area of responsibility including CA, AZ, NV, UT, CO and UT
- Notice Date
- 6/29/2011
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247311R0041
- Response Due
- 8/16/2011
- Archive Date
- 8/31/2011
- Point of Contact
- Nancy LeSage 619-532-3671 Nancy LeSage at email nancy.lesage@navy.mil
- E-Mail Address
-
Procuring contract specialist
(nancy.lesage@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Small Business Set-Aside procurement is an Indefinite Delivery Indefinite Quantity (IDIQ) multiple award construction contract (MACC). This procurement consists of one solicitation with the intent to award three or more IDIQ Construction Contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer, or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for design build or fully designed fire protection system construction projects for existing facilities at various locations within the NAVFAC Southwest area of responsibility including, but not limited to, Arizona, California, Colorado, Nevada, New Mexico, and Utah. However, it is anticipated that the majority of the work will be performed in Southern California. Types of projects may include, but are not limited to: new installation, additions, alterations, and repair to fire protection systems; fire alarm systems; AFFF fire protection systems; flame detection systems; and related system components. The North American Industry Code Standard is 238220 with an annual size standard of $14 million. The basic contract period will be 12 months and each contract contains two (2) 12-month options for a total maximum duration of 36 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $75,000,000. Task orders will range between $2,000 and $5,000,000. Task orders may fall below or above this limit; however contractors are not obligated to accept such task orders under the general terms of the contract. 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 $5,000 is guaranteed for each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Experience; Factor 2 “ Past Performance; Factor 3 “ Management Plan; Factor 4 “ Safety, Factor 5 “ Technical Approach; and Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. THE SOLICITATION AND PRE-PROPOSAL PRESENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. No hard copies will be provided. The RFP and pre-proposal presentation will be posted on the website at https://neco.navy.mil on or about July 15, 2011. The pre-proposal presentation will be uploaded for viewing as an attachment to the RFP. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE NECO WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the plan holders list on the website. Plan holders lists will not be faxed and will be available only at the NECO Internet website address listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247311R0041/listing.html)
- Place of Performance
- Address: NAVFAC Southwest
- Zip Code: 1220 Pacific Highway
- Zip Code: 1220 Pacific Highway
- Record
- SN02485104-W 20110701/110629234456-91371298e841cd4df3fbfb03866c422a (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 |