Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR CONSTRUCTION OF COMMERCIAL AND INSTITUTIONAL FACILITIES FOR NAVAL SPECIAL WARFARE COMMAND

Notice Date
1/25/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247316R3201
 
Point of Contact
Matt Koontz 619-556-8160
 
Small Business Set-Aside
N/A
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. Price evaluation preference will be given to HUBZone firms, in accordance with FAR 52.219-4. 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/her properly authorized representative, who will issue written task orders to the contractors. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and repair, by design-build or design-bid-build, of general building construction for Naval Special Warfare Command at the Coastal Campus, Naval Base Coronado, California. The area of coverage may also extend throughout the entire Naval Facilities Engineering Command Southwest (NAVFAC SW) Area of Operations (AOR) as approved by the NAVFAC Southwest (SW) Chief of Contracting Office (CCO). Types of projects may include, but are not limited to: administration buildings, maintenance/repair facilities, operations facilities, logistics facilities, fire stations, office buildings, laboratories, dining facilities, and related structures. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $36.5 million. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $500,000,000. Task orders will range between $13,000,000 and $50,000,000. 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 to be ordered from 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: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, and Factor 3 - Past Performance; Phase Two: Factor 4 - Safety; Factor 5 “ Technical Solution, Factor 6 “ Energy and Sustainable Design, Factor 7 “ Small Business, and Factor 8 - 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. No site visit will be held, and no formal pre-proposal conference will be conducted. THE SOLICITATION AND ASSOCIATED DOCUMENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and/or the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about February 10, 2016. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A sources sought notice was posted on September 3, 2015 on NECO and FBO, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition, with one contract reserved for a highly qualified small business. The U. S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247316R3201/listing.html)
 
Record
SN03999871-W 20160127/160125233912-5c214cbb075048d37705e76b488e3aab (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.