Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2014 FBO #4703
DOCUMENT

C -- NAVFAC EURAFSWA Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contracts (MACC) for NAVSTA Rota area of responsibility, Spain - Attachment

Notice Date
10/8/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,
 
Solicitation Number
N3319114R1048
 
Point of Contact
Elaine Dell'Isola 39-081-568-7737 Elaine Dell'Isola 39-081-568-7737
 
Small Business Set-Aside
N/A
 
Description
This Pre-Solicitation Notice supersedes version posted on 20 August 2014. Revisions are highlighted in blue font throughout attached Pre-Solicitation Notice. The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA), Naples, Italy plans to issue a single Best Value Request for Proposal that will result in up to approximately five (5) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contracts (MACC) for NAVSTA Rota ™s area of responsibility. If necessary, the source selection authority (SSA) may determine that award of more than five (5) contracts is in the best interest of the Government. The purpose of this procurement is to provide a contract vehicle for the multiple Sustainment, Restoration and Maintenance (SRM), Special Projects and Energy construction projects and for FY 2015 through 2019 located on Naval Station Rota, Spain and Moron Air Base. This notice does not constitute a request for proposal, request for quote, or an invitation for bid. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $48,000,000. There is no yearly or per-contractor limit except for the four-year maximum. Task orders will typically range between $500,000 and $5,000,000 however, task orders under or above these amounts may be considered if deemed to be in the Government ™s best interest. Task orders may require both design and construction services. 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 $10,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. The anticipated solicitation will be structured with the following base and option Contract Line Items Numbers (CLINs): CLIN 0001 “ Base Period CLIN 0002 “ Option Year 1 CLIN 0003 “ Option Year 2 CLIN 0004 “ Option Year 3 CLIN 0005 “ Option Year 4 The contractors shall furnish all labor, management, supervision, tools, materials, equipment, incidental engineering and transportation, except otherwise specified herein, necessary to perform various repairs, alteration, construction and demolition work for facilities. In support of Design-Build task orders, MACC holders shall retain the services of professional Architect-Engineer (A-E) firms experienced with multi-disciplined architectural-engineering design efforts. The scope of work specific to each task order issued under the proposed contracts may include, but is not limited to general building type projects (new construction, renovations, alterations, demolition, repair work, and any necessary design) including: waterfront, pier, quay, industrial, airfield, aircraft hangar, infrastructure, administrative, training, retail, food service, dormitory, community support facilities and both vertical and horizontal construction for Department of Defense activities in Spain areas managed by NAVFAC EURAFSWA. Work may be required in other areas if deemed necessary and approved by the NAVFAC EURAFSWA Chief of Contracts. The contractors will be provided plans and specifications to perform construction work, or may be required to provide a design for design-build work. This one-phase design-build procurement will utilize Best Value Source Selection using Trade-Off procedures, requiring the submission of both technical and price proposals. This one-phase design-build procurement will provide a single evaluation of all five (5) non-cost/price evaluation factors, as opposed to a two-phase D-B procurement method. The initial project to be awarded as the first task order śseed ť is identified as the Repair of the Bachelor Enlisted Quarters (BEQ) 570, NAVSTA Rota, Spain. A site visit will be scheduled on or around 16 December 2014. Therefore, potential offerors should consider travel plans and request base access soon after RFP issuance. NAVSTA Rota requires at least 30 calendar days for base access requests for non-Spanish citizens. All future Task Orders will be awarded using the procedures at FAR 15.1 and FAR 16.505. The solicitation as well as all notices/amendments related to this solicitation will be posted to the European Navy Electronic Commerce Online (EuroNECO) website (https://euro.neco.navy.mil) on or around 06 November 2014. The Government intends to extend the proposal due date for 30 calendar days after the site visit to allow contractor ™s to submit a fair and reasonable proposal. The Government will not entertain any questions or questions until RFP issuance. Responses to questions or inquiries shall be posted through a solicitation amendment. All documents published in EuroNECO will be transmitted to the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal business Opportunities website at www.fbo.gov. All interested firms must be registered on the EuroNECO, NECO, or FBO websites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the offeror to check the website daily for any updates/amendments. Prospective offerors will have access to the solicitation at the EuroNECO/NECO/FBO web sites by searching for the solicitation number, N3319114R1048 (no hyphens). Offerors are encouraged to check the EuroNECO/NECO/FBO web sites frequently in order to be notified of any changes to the solicitation. If you register for this solicitation, you will receive a courtesy e-mail notifying you of all amendments for this solicitation that are posted on the website. Registration for this solicitation however does not release the offeror from the responsibility of checking the solicitation daily for amendments. All offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) at time of proposal submission to be considered for award of any United States of America, Department of Defense contract. In order to register in SAM, offerors must have a Dun and Bradstreet (DUNS) Number, located at http://fedgov.dnb.com/webform and a Commercial and Government Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental entity (NCAGE) Code (foreign firms), located at http://www.dlis.dla/Forms/Form_AC135.asp. The SAM requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective offerors to begin the SAM registration process as early as possible. The point-of-contact for this Pre-Solicitation Notice is Elaine Dell ™Isola. E-mail: elaine.dellisola@eu.navy.mil. Telephone: +39-081-568-7737
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319114R1048/listing.html)
 
Document(s)
Attachment
 
File Name: N3319114R1048_PRE-SOL_Rota_MACC_Amendment.pdf (https://www.neco.navy.mil/synopsis_file/N3319114R1048_PRE-SOL_Rota_MACC_Amendment.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N3319114R1048_PRE-SOL_Rota_MACC_Amendment.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03546667-W 20141010/141008235908-643b3422638765357bcae55ea1e0046f (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.