Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract, South Carolina & Georgia Area

Notice Date
12/1/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, Building 135, P. O. Box 30, NAS Jacksonville, FL 32212-0030
 
ZIP Code
32212-0030
 
Solicitation Number
N6945012R1756
 
Point of Contact
Robert Woolwine robert.woolwine@navy.mil
 
E-Mail Address
Robert Woolwine
(robert.woolwine@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction type work for activities in the South Carolina and Georgia areas. Work may be required in other areas in the area of responsibility of NAVFAC SE if deemed necessary. This solicitation will result in the award of up to five (5) Design Build IDIQ MACCs, unless a number more than five (5) is determined to be in the best interest of the Government. Construction projects to be performed will primarily consist of general building type projects (new construction, renovation, alteration, demolition, repair work, and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, retail, food service, dormitory, community support facilities and both vertical and horizontal construction. All projects will be required to meet sustainable design requirements. The total aggregate value for all contracts to be awarded from any resultant solicitation is $99,000,000 maximum over the base year and two (2) option periods combined. There is no yearly or per contractor limit except for the total three (3) year maximum. Task orders will be firm fixed-priced, normally in the range of $150,000 to $6,000,000 per order. The Request for Proposal (RFP) will be issued as a competitive requirement open to all SBA 8(a) certified small business firms in accordance with FAR Subpart 6.2, Full and Open Competition After Exclusion of Sources. The RFP will be open to participation by interested SBA 8(a) firms with specialized experience and qualifications required by this contract. The NAICS code for this IDIQ MACC solicitation is 236220 with a size standard of $33,500,000. The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. The solicitation evaluation factors for the MACC award will state that technical factors are equal in importance to each other and, when combined, are approximately equal to price. Future task orders will also be competed using trade-off procedures. Interested 8(a) firms will be required to submit a technical and price proposal for a seed project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ MACC for a base year with two (2) option years and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ MACC for a base year and two (2) option years with a minimum guarantee of $5,000.00 over the three (3) year period. There is currently no seed project identified for this solicitation. A seed project will be identified at commencement of Phase-Two. Contract award is anticipated on or around Nov 2012. This will be an electronic solicitation, which can be downloaded from Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase-Two (exact date and time will be specified in the solicitation). Phase-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). Offerors are responsible for checking the FedBizOpps website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION (CCR). PLEASE VISIT THE CCR WEBSITE AT https://www.bpn.gov/CCR/scripts/index.html FOR INSTRUCTIONS ON HOW TO REGISTER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f113cdfbafbe82578a174fb55b6d202b)
 
Record
SN02631778-W 20111203/111201234820-f113cdfbafbe82578a174fb55b6d202b (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.