SOLICITATION NOTICE
Y -- Design-Build Indefinite Delivery Indefinite Quantity Firm Fixed Price Multiple Award Construction Contract North Florida South Georgia Area
- Notice Date
- 2/22/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, SOUTHEAST BLD 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945012R1260
- Response Due
- 3/8/2012
- Archive Date
- 3/30/2012
- Point of Contact
- Anita Ludovici 904-542-6027 anita.ludovici@navy.mil; Andrew Mann andrew.mann@navy.mil
- Small Business Set-Aside
- N/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 North Florida South 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, alternation, demolition, repair work and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, community support facilities for DoD activities in the North Florida South Georgia areas managed by NAVFAC SE. The total aggregate value for all contracts to be awarded from any resultant solicitation is $240,000,000 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 $20,000,000 to $50,000,000 per order. The Request for Proposal will be solicited on an unrestricted bases with full and open competition. All responsible sources with the specialized experience and qualifications required by this project may submit a proposal which shall be considered by the agency. 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. 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 all non-cost/price evaluation factors are equal in importance to each other and when combined are approximately equal to price. Future task orders will also be competed using best-value procedures. Interested offerors 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 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 March 2013. 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 Fed BizOpps 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/ea8dd59f8a973ccb0f3fa4614e2c9608)
- Record
- SN02680280-W 20120224/120222234713-ea8dd59f8a973ccb0f3fa4614e2c9608 (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 |